Professional Documents
Culture Documents
Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
E-TENDER FOR
Appointment of General Consultant (GC) for civil works of Depot and Essential Staff
Quarters for Metro Line 6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail
Project of MMRDA at Kanjurmarg.
BID DOCUMENT
MMRDA/MPIU/ML6/CA-208 Page 1
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Appointment of General Consultant (GC) for civil works of Depot and Essential Staff
Quarters for Metro Line 6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail
Project of MMRDA at Kanjurmarg.
Issued to:
MMRDA/MPIU/ML6/CA-208 Page 2
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
INDEX
NAME OF WORK: Appointment of General Consultant (GC) for civil works of Depot and
Essential Staff Quarters for Metro Line 6 (Swami Samarthnagar to
Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at
Kanjurmarg.
MMRDA/MPIU/ML6/CA-208 Page 3
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
4.1 General 58
4.2 Description of Personnel 58
4.3 Approval of Personnel 58
4.4 Working hours, Overtime, Leave etc 58
4.5 Removal and/or Replacement of Personnel 59
5.0 OBLIGATIONS OF THE EMPLOYER 60
5.1 Assistance and Exemptions 60
5.2 Access to Land 60
5.3 Change in the Applicable Law 60
5.4 Services and Facilities 61
5.5 Payments 61
5.6 Counterpart Personnel 61
6.0 Payments to the Consultants 61
6.1 Cost Estimates Ceiling amount 61
6.2 Remuneration and Reimbursable Expenditure 62
6.3 Currency of Payment 62
6.4 Mode of Billing and Payment 62
6.5 Variation 63
7.0 Fairness and Good Faith 63
8.0 Settlement of Disputes 64
8.1 Amicable Settlement 64
8.2 Dispute Settlement 64
9 Delays and Liquidated Damages 64
10 Priority of Documents 64
IV SPECIAL CONDITIONS OF CONTRACT 65
V APPENDICES. 70
Appendix A- (Terms of Reference) Description of the Services 71
Appendix B- Reporting Requirements 101
MMRDA/MPIU/ML6/CA-208 Page 4
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 5
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
e-Tender Notice
Mumbai Metropolitan Region Development Authority (MMRDA) invites bids from eligible
Bidders through e-Tendering. e-Tender details are as under.
Division Metro-PIU
Name of work Appointment of General Consultant (GC) for civil works of Depot and
Essential Staff Quarters for Metro Line 6 (Swami Samarthnagar to
Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg
Contact details Prafula Jamadar, Superintending Engineer, Metro-PIU, MMRDA
Tel:02226595973
Email: prafula.jamadar@mailmmrda.maharashatra.gov.in
e-tender portal: https://mahatenders.gov.in/nicgep/app
Important dates Milestone From date/time To date/time
Bid document download 22-09-2023 16-10-2023
1100hrs 1700hrs
Pre-bid meeting 03-10-2023
1100 hrs
Last date of online 16-10-2023
submission 1800hrs
MMRDA/MPIU/ML6/CA-208 Page 6
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Digitally Signed & unconditional online Tenders are invited by the Office of the Director
(Projects), Mumbai Metropolitan Region Development Authority, Bandra (East), Mumbai-
400 051, from Consultants fulfilling conditions as under:
1. Details of work
Name of Work Cost of Earnest Performance Contract
Blank Money security Period
Tender Deposit
Form (Per (In ₹)
Each)
Appointment of General ₹ 3,540/- 10 % of 30 Months
Consultant (GC) for civil works of (Including ₹ 17,35,625/- accepted (including
Depot and Essential Staff GST) contract monsoon)
Quarters for Metro Line 6
value. plus DLP
(Swami Samarthnagar to Vikroli
(EEH)) of Mumbai Metro Rail period 24
Project of MMRDA at months
Kanjurmarg
MMRDA/MPIU/ML6/CA-208 Page 7
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
11. A statement showing names of partners, Directors, etc. of the firm with complete address
of each should be uploaded to above mentioned Government of Maharashtra official e-
Tendering portal and authorized person on the behalf of firm who will sign e-tender
using Digital Signature Certificate.
MMRDA/MPIU/ML6/CA-208 Page 8
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
12. The acceptance of bid will be intimated by email or otherwise by the Authority
Competent to accept the tender or by the higher Authority of MMRDA, to the Consultant
which shall be deemed to be an intimation of the tender given by the Authority
Competent to accept the tender.
13. The Successful bidder shall be responsible for executing, completing the work as per
specifications.
14. The successful Bidder shall have to submit signed copy of tender manually to the
Department before signing the Agreement.
15. MMRDA reserves the right to verify financial transactions of Consultant in his Bank /
Financial Institutions. Consultant should give Authority to that effect along with his
accounts number and Bank/ Financial institution name & address. Any changes /
modification may be communicated to MMRDA immediately.
16. The bidder should visit the site prior to submission of tender and ascertain the local site
condition, working restrictions, constraints, conditions in tender document regarding
necessary approvals, NOC required for the work from the local Authorities and shall
quote the offer inclusive of all such expenses likely to be incurred while execution of the
work. No claim or compensation for any extra payments incurred by the bidders towards
the approvals/ NOC’s/ permissions will be entertained by MMRDA, which shall be noted.
E-Tendering Guidelines
1. In case of any queries, Bidders may contact Government of Maharashtra’s e-tendering
service desk at support-eproc@nic.in, or call us on 0120-4001 005/002.
2. The tenders shall be received online on : https://mahatenders.gov.in/nicgep/app ,
Government of Maharashtra official E-Tendering portal and opened by the Director
(Projects), Metro-PIU, MMRDA on scheduled date and time.
3. If there is any amendment in the tender, the same shall be published on following
Government of Maharashtra’s official e-Tender portals / website:
4. Government of Maharashtra e-Tender Portal: https://mahatenders.gov.in/nicgep/app
6. The detailed e -Tender notice along with the subsequent corrigendum, addendum etc.
shall form part of the tender document.
7. The acceptance of tender will be intimated by email or otherwise by the authority
competent to accept the tender or by the higher Authority of MMRDA, to the Consultant,
which shall be deemed to be an intimation of the tender given by the Authority
Competentto accept the tender.
8. Tender submissions will be made online after uploading the mandatory scanned
documents Bid shall be submitted online on the e-tendering portal in ‘three electronic
envelopes system’ within prescribed schedule.
a) e-Envelope ‘A’ (Tender Fee, Prequalification Criteria if any):
MMRDA/MPIU/ML6/CA-208 Page 9
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Bidder should generate and upload scanned copies of Receipt for the
following:
Bidders should ensure that the payment of the EMD is made at- least 5 working days
prior to the last date of Bid Preparation and Submission of the Tender Schedule to have
seamless submission.
Bidders need to upload scanned copy of EMD paid receipt during bid preparation.
Bidders failing to complete the payment of EMD using online payment gateway after
downloading the system generated challan will not be able to submit their bids.
Bidders should mention the beneficiary details for EMD refund in the Earnest Money
Deposit Form for fields marked as details required for Refund. MMRDA or e-Tendering
Service Provider will not be liable for delays caused in EMD refund due to incorrect
MMRDA/MPIU/ML6/CA-208 Page 10
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
beneficiary details.
The earnest money deposit of unsuccessful bidders will be auto refunded within 14
working days of awards of tender.
Bidders should also upload scanned copy of cancelled cheque along with refund letter
for refund of their EMD payment. In case of successful bidder, amount of the earnest
money deposit may be transferred towards part of the security deposit to be paid after
the award of the work, if he intends to do so in writing.
EMD Account should remain active until tender is awarded.
EMD Refund will happen only after Awarding or Cancellation of tenders.
MMRDA/MPIU/ML6/CA-208 Page 11
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
SECTION-I
INSTRUCTIONS TO BIDDER (I-B)
&
SCOPE OF WORK (I-C)
MMRDA/MPIU/ML6/CA-208 Page 12
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
ii) T2 - Profitability: Profit before tax should be positive in at least two year, out of Last
Five audited financial years.
In Case of JV: The profitability of only lead member shall be evaluated.
iii) T3 - Net Worth: Net Worth of bidder during last audited financial year should be >
₹1.39 Crore.
In Case of JV : Net worth will be based on the percentage participation of each
Member
Note: Requirements of (ii) T3- Net Worth in Financial Standing are not applicable
for the bidder/s (Participating as a single entity or as a member of JV/Consortium)
which is a wholly owned entity (Corporation Body/Authority etc.) of its government.
Ownership details shall be substantiated by the bidder with the requisite supporting
documents from the respective Government.
iv) T4 - Annual Turnover: The average annual turnover from consultancy of last five
financial years should be > ₹6.94 Crore, certified by Chartered Accountant.
In Case of JV – the tenderer must fulfil the following conditions:
1. One partner to have minimum 26% of minimum requirement.
2. Lead partner to have 50% of minimum requirement.
3. All partners put together should meet the minimum requirement as per their
percentage participation.
Example: Let Member-1 has percentage participation = M and Member - 2
has =N. Let the
average annual turnover of Member-1 is ‘A’ and that of Member-2 is ‘B’, then the
average annual turnover of JV will be = AM+BN
100
ii) T2 - Profitability: Profit before tax should be positive in at least two year, out of Last
Five audited financial years.
iii) T3 - Net Worth: Net Worth of bidder during last audited financial year should be >
₹1.39 Crore
iv) T4 - Annual Turnover: The average annual turnover from consultancy of last five
financial years should be > ₹6.94 Crore, certified by Chartered Accountant.
Notes: -
1. Where a work is undertaken by a group, only that portion of the contract which is
undertaken by the concerned applicant/member should be indicated and the remaining
done by the other members of the group be excluded. This is to be substantiated with
documentary evidence.
2. Financial data for latest last five audited financial years has to be submitted by the
tenderer in Appendix-XII along with audited balance sheets. The financial data in the
prescribed format shall be certified by Chartered Accountant with his stamp and
signature in original. In case audited balance sheet of the last financial year is not made
available by the bidder, he has to submit an affidavit certifying that ‘the balance sheet has
actually not been audited so far’. In such a case the financial data of previous ‘4’ audited
financial years will be taken into consideration for evaluation. If audited balance sheet of
any year other than the last year is not submitted, the tender may be considered as non-
responsive.
2.3 Bid Capacity Criteria:
Bid Capacity: The applicant will be qualified only if their available bid capacityis more than
the ₹17.35 Crore, certified by Chartered Accountant. Available bid capacity will be calculated
based on the following formula:
Available Bid Capacity = 2 x A x N – B
Where,
• A = Maximum of the value of Consultancy works executed in any one year during the last
Five financial years (updated to 31.08.2023) price level assuming 5% inflation for Indian
Rupees every year and 2% for foreign currency portionsper year. The exchange rate as on
Date 31.08.2023 of foreign currency shall be applicable.
N = No. of years prescribed for completion of the work
B = Value of existing commitments (as on 31.08.2023) for on-going Consultancy work for a
period of 30 months w.e.f. 01.09.2023.
Notes:-
a) Financial data for latest last Five financial years as per format prescribed in Annexure -
XIV document shall be submitted by the applicant along with audited financial
statements. This financial data shall be certified by the Chartered Accountant / Company
Auditor with his stamp, membership number, UDIN number and signature in original.
b) The tender submission of bidders, who do not qualify the minimum eligibility criteria &
bid capacity criteria stipulated in the clauses 2.1 to 2.3 above, shall not be considered for
MMRDA/MPIU/ML6/CA-208 Page 15
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
the project.
ii. A clear description of the responsibilities of each expert staff member within
the overall work program.
(iii) The name, background, and professional experience of each key staff member to be
assigned to the project, with particular reference to his experience of work of a nature
similar to that of the proposed assignment.(See Annexure-IX).
(iv) Bidder is required to cover the entire scope of work as mentioned in the Terms of
Reference appended to this document.
8.1.1. Selection of the consultant will be on 80:20 Quality cum Cost Basis System (QCBS) and
work will be awarded to the tenderer, who score highest points in Technical and
Financial evaluation combined together. Technical Evaluation will be done with respect
to the qualifications of' the consulting firms and the expert staff to be assigned to the
work and to the quality of the proposals regarding approach and methodology. The
bidder shall, not include in his proposal any information on the estimated costs or
financial terms of his services. Any such mention of financial terms in the technical
proposal will render the tender as invalid. Details of the selection procedure to be
followed,including the technical evaluation categories and an indication of the weight to
be given to each are stated in the Summary of Evaluation Sheet.
8.1.2. The financial proposal of the bidder (s) who has/have been assessed/evaluated not to
be technically suitable shall not be opened during financial bid opening in the e-tender
portal of Government of Maharashtra.
8.1.3. Offer from a Consultant shall be considered ineligible if the Consultant, or its parent
company or any of its Constituents is debarred / blacklisted /banned by any Central /
State government department / public sector undertaking / other government entity
/MMRDA / any other Metro Implementation Organization (100% owned by Govt.) /
Ministry of Housing & Urban Affairs / Ministry Commerce (Order),applicable for all
Ministries must not have debarred/blacklisted/banned business with the tenderer as
on the date of tender submission. Also, no contract of the tenderer should have been
rescinded / terminated by MMRDA / Central or State Govt. Department / Public Sector
Undertaking / Other Govt. entity after award during last 5 years due to non-performance
of the Tenderers. A declaration to this effect should be submitted bythe bidder as per
Performa placed as Annexure XI.
The financial proposal should list all costs associated with the assignment. These
normally cover remuneration for staff (local, in the field and at headquarters). These
costs should be broken in to local costs.The financial proposal should be prepared using,
but not limited to the formats attached in ANNEXURE -V.
The financial proposal must also take into account, all the tax liabilities (other than GST
as specified below) including stamp duty, registration and the cost of insurance of the
general consultant both in India and abroad for the duties & work performance, both in
India and abroad related to this project. No tax liability (other than GST as specified
MMRDA/MPIU/ML6/CA-208 Page 17
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
All costs (local) of the General Consultant should be considered and quoted accordingly
in their proposal. The consultant should quote costs for Indian staff/experts in local
currency (in Indian Rupees only). Tenders will be compared in Indian Rupees (INR) only.
8.2.1. All payments will be subject to deduction of taxes at source in accordance with the
provisions of the Indian Income Tax Act and any other applicable law.
9. Additional instructions
i) The bidder who do not fulfill all or any of the tender conditions or if the tender is
incomplete in any respect, will be summarily rejected.
iii) The authority reserves the right to verify the particulars furnished by the bidder
from the concern authority Even though the bidder meet the above criteria, 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 requirement, conditional
bid/proposal 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.
c. Disqualified by MMRDA for consultancy works earlier.
iv) Any effort by the bidder to influence the client, in the bid evaluation, bid
comparison or in the decision to award the contract will result in rejection of the
bid.
v) Incomplete technical Bids are liable for rejection. Commercial/price bids will be
considered for opening only for the Qualified Technical Bidders, which are
recommended by the technical evaluation committees being constituted for the
purpose.
vi) Director (Projects), Metro-PIU, MMRDA reserves the right to accept or reject the
tenders in full or part without assigning any reason thereof.
MMRDA/MPIU/ML6/CA-208 Page 18
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
The bidder shall bear all costs associated with the preparation and submission of his
Bid, and the Employer will in no case be responsible and liable for those costs.
a. The present tender is for carrying out the proof checking of design/designing
of depot buildings and supervision during construction period & DLP period
as specified in work contract. Consultant shall study location of depot and its
surrounding area with respect to its topography, the soil investigation, utility
identification and mapping, and other ancillary works as may be necessary to
arrive at decision.
b. The consultants shall study the scope in the tender which will be made
available.
c. The successful bidder fulfilling all criteria shall be equally responsible for
executing, completing the work as per specifications and if any decision of
consumer/any Hon. Court is received regarding quality of work then the
judicial decision will be binding on the Consultant for rectification.
e. The work involve shifting of certain service lines viz H.T and L.T electric,
telephone, water supply, Drainage line etc. The shifting shall be done by
agencies fixed by the respective owner depts. The consultant shall coordinate
and liaison with these agencies and facilitate them to carry out the allied
works. However, some utilities may be required to be shifted by the contractor
at Current SSR Rates of PWD/MJP/MSEB/MCGM etc. GC will ensure all these
activities will be completed in least possible time and cost.
MMRDA/MPIU/ML6/CA-208 Page 19
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
1. Before the deadline for submission of bids, the Employer may modify the bidding
documents by issuing addenda. The Competent Authority may omit or suspend
certain items of work, revise or amend the bid document before the Bid due Date.
Such revisions or amendments or extension, if any, shall be communicated on
Government of Maharashtra’s e-Tendering portal.
2. Any addendum thus issued shall form part of the bidding documents.
MMRDA/MPIU/ML6/CA-208 Page 20
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
cl. 2
(c) e- Envelop C price bid & Annexure V (Financial Proposal)
(d) Supporting documents for qualification Information Form and Documents; and any
other materials required be completing and submitting by bidders in accordance
with these instructions.
1. The contract shall be for the whole works as described in Sub-Clause 1.1, of chapter
I-C (Scope of work) based on the Percentage offer quoted by the Bidder.
2. The bidder shall quote his lump sum offer mentioned in tender notice at prescribed
place in e-portal as prescribed in e-tendering.
3. All duties, taxes, and other levies payable by the GC under the contract, or for any
other cause except GST shall be included in the total Bid Price submitted by the
Bidder.
1. Bids shall remain valid for a period of 120 days (One Hundred and Twenty days)
after the date of submission of the bid.
1. The original Bid shall be typed or written in indelible ink and shall be signed by
a person or persons duly authorized to sign on behalf of the Bidder. All pages of
the bid where entries or amendments have been made shall be initialed by the
person or persons signing the bid.
2. The Bid shall contain no alterations or additions, except those to comply with
instructions issued by the Employer, or as necessary to correct errors made by the
bidder, in which case such corrections shall be initialed by the person or persons
signing the bid.
MMRDA/MPIU/ML6/CA-208 Page 21
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
2. The Employer may extend the deadline for submission of bids by issuing an
amendment in accordance with Clause 10, in which case all rights and obligations
of the Employer and the bidders previously subject to the original deadline will
then be subject to the new deadline.
1. Bidders may modify or withdraw their bids online before the deadline for
submission of the bids.
2. No bid shall be modified after the deadline for submission of Bids.
3. Withdrawal or modification of a Bid between the deadline for submission of bids
and the expiration of the original period of bid validity specified in Clause 19.1
above or as extended pursuant to Clause 19.2 shall not be allowed.
1. A substantially responsive Bid is one which conforms to all the terms, conditions,
and specifications of the Bidding documents, without material deviation or
reservation. A material deviation or reservation is one (a) which affects in any
MMRDA/MPIU/ML6/CA-208 Page 22
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
substantial way the scope, quality, or performance of the Works; (b) which limits
in any substantial way, inconsistent with the Bidding documents, the Employer's
rights or the Bidder's obligations under the Contract; or (c) whose rectification
would affect unfairly the competitive position of other Bidders presenting
substantially responsive Bids.
2.I f a Bid is not substantially responsive, it will be rejected by the Employer, and may
not subsequently be made responsive by correction or withdrawal of the non-
conforming deviation or reservation.
3.A substantially responsive Bid is one which meet minimum requirement as per
evaluation of technical proposal.
26.1. The Technical Proposal and the Financial Proposal must be submitted on the Main Portal of
the Electronic Tendering System of Government of Maharashtra.
https://mahatenders.gov.in/nicgep/app using valid User ID. The User ID is validated after
the bidders enroll on the Electronic Tendering System. Enrollment process requires
submitting basic organization information including contact information along with a valid
email address.
26.2. Valid Class-III Digital Signature in the name of Authorized Representative of the
Organization for encryption of Bid Data and signing of Online Bids. It is mandatory to have
both Signing and Encryption certificate for the bidders. (For more information on e-
tendering refer the e-tendering website of Government of Maharashtra.
26.4. The technical and financial proposal must be signed by the authorized representative of the
Firm. Such authorization must be confirmed by a written Power of Attorney accompanying
the proposals. Bidders should note that the RFP along with any addendum and
corrigendum issued before the submission date of the proposal shall also be duly uploaded
by theregistered user with his digital signature.
The bidder shall submit Power of Attorney(s) as per Appendix-1 and Board Resolution
confirming authority on the person issuing the Power of Attorney for such actions
shall be submitted duly notarized.
27.Th e bid guarantee referred to in NIT above to be submitted as detailed out above. MMRDA
reserves the right to accept or reject any or all the proposals without assigning any reason
whatsoever.
No bidder shall have any cause of action or claim against the MMRDA for rejection of his
proposal. Only the Bid guarantee will be returned in such cases,but without any interest.
28.MM RDA requires that Consultants, under contracts observe the highest standard of ethics
during the procurement and execution of such contracts. Inpursuance of this policy, the
MMRDA:
MMRDA/MPIU/ML6/CA-208 Page 23R1
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
substantial way the scope, quality, or performance of the Works; (b) which limits
in any substantial way, inconsistent with the Bidding documents, the Employer's
rights or the Bidder's obligations under the Contract; or (c) whose rectification
would affect unfairly the competitive position of other Bidders presenting
substantially responsive Bids.
2. If a Bid is not substantially responsive, it will be rejected by the Employer, and may
not subsequently be made responsive by correction or withdrawal of the non-
conforming deviation or reservation.
26.1. The Technical Proposal and the Financial Proposal must be submitted on the Main Portal of
the Electronic Tendering System of Government of Maharashtra.
https://mahatenders.gov.in/nicgep/app using valid User ID. The User ID is validated after
the bidders enroll on the Electronic Tendering System. Enrollment process requires
submitting basic organization information including contact information along with a valid
email address.
26.2. Valid Class-III Digital Signature in the name of Authorized Representative of the
Organization for encryption of Bid Data and signing of Online Bids. It is mandatory to have
both Signing and Encryption certificate for the bidders. (For more information on e-
tendering refer the e-tendering website of Government of Maharashtra.
26.4. The technical and financial proposal must be signed by the authorized representative of the
Firm. Such authorization must be confirmed by a written Power of Attorney accompanying
the proposals. Bidders should note that the RFP along with any addendum and
corrigendum issued before the submission date of the proposal shall also be duly uploaded
by theregistered user with his digital signature.
The bidder shall submit Power of Attorney(s) and Board Resolution confirming authority
on the person issuing the Power of Attorney for such actions shall be submitted duly
notarized.
27. The bid guarantee referred to in NIT above to be submitted as detailed out above. MMRDA
reserves the right to accept or reject any or all the proposals without assigning any reason
whatsoever.
No bidder shall have any cause of action or claim against the MMRDA for rejection of his
proposal. Only the Bid guarantee will be returned in such cases,but without any interest.
28. MMRDA requires that Consultants, under contracts observe the highest standard of ethics
during the procurement and execution of such contracts. Inpursuance of this policy, the
MMRDA:
MMRDA/MPIU/ML6/CA-208 Page 23
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
28.1. Will reject an evaluation of proposals offered by the consultant if it determines that the
consultant evaluated as the highest ranked has engagedin corrupt or fraudulent practices in
competing for the contract in question.
28.2. Will recognize a consultant as ineligible, for a period determined by MMRDA, if at any time
determines that the consultant has engaged in corrupt or fraudulent practices in
competing for, or executing, another contract of MMRDA. The bidder is required to execute
and attach with his proposal, a covenant of integrity in the form indicated in Appendix XI
& XVII.
29. The completed technical and financial proposals must be submitted online on the Main
Portal of the Electronic Tendering System of Government of Maharashtra –
https://mahatenders.gov.in/nicgep/app using valid User ID. It shall be the responsibility
of the bidder to ensure that his technical and financial proposalsare submitted on the Main
Portal of the Electronic Tendering System of Government of Maharashtra as given in NIT.
30. Submission of Proposals closed on the Main Portal of the Electronic Tendering System of
Government of Maharashtra at the date & time of submission prescribed in Notice inviting
tender (NIT), after which no proposals shall be accepted.
31. It shall be the responsibility of the bidder to ensure that his proposals are submitted online
on the Main Portal of the Electronic Tendering System of Government of Maharashtra –
https://mahatenders.gov.in/nicgep/app before the deadline of submission.
32. The Employer may, at his discretion, extend the deadline for submission of proposals by
issuing an amendment, in which case all rights and obligations of the Employer and the
Bidder previously subject to the original deadline willthereafter be subject to the deadline
as extended.
33. Any bid received after the above stipulated date and time (IST), will not be considered. The
bids will be opened (downloaded) as per dates given in NIT in the presence of the
Authorized Representatives of Bidders, who choose to be present.
34. It is the responsibility of the bidder to provide documentary evidence/certificate from the
client for each Eligible Project, showing all relevant details like consultancy cost, share of
the bidding firm there in, scope and nature of work etc. Works not supported by
documentary evidence will not be considered for award of marks. It is also the responsibility
of the bidderto ensure that all certificates and documentary evidence required is submitted
along with the bid. Subject to the above, MMRDA may seek clarifications from the bidders
or others for the purpose of evaluation.
Evaluation will be carried out separately for Technical and Financial proposals, weightage
for technical proposal will be 80% and for the financial proposal 20%. Maximum marks for
technical proposal and financial proposal are 800 and 200 respectively. Combined and final
evaluation will be basedon the total marks obtained by the bidder for their technical &
financial offers.
MMRDA/MPIU/ML6/CA-208 Page 24
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
To enable the evaluation committee to do the correct technical evaluation, the bidder
should give full details with particular reference to the following:
(A) Relevant services carried out in the eligible projects in the last Seven years, which should
include elevated and elevated or underground or elevated and Underground Metro line
projects. (ANNEXURE-III). [Marks for experience will be given based on the number of
eligible projects]
(B) Field of professional services provided viz., as a General Consultant i.e., Project
Management or Construction Supervision Consultant (ANNEXURE -III).
(C) The Key Staff for the assignment will be evaluated with respect to the following list of
tasks/positions. CVs are required to be submitted by bidders for these positions. The
marks for each category of positions are given. Bidders may note the same while giving
details in ANNEXURE-VIII and ANNEXURE -IX . The key posts such as K1 and K2 have
20 percent of staff on the Board of the company from the last six months from the date
of submission of bid.
Category K1= Chief of the respective task/position.
Category K2= Deputy/assisting position. He is next in hierarchy in that tasks/positions
and he could deputize for K1whenever required.
Table 1.1
Man No of
Sr.no. Key Personnel Mark Position
Months persons
1 Team Leader (Depot Expert) 54 K1 30 1
2 Chief Resident Engineer 66 K2 30 64 2
3 Track & Alignment Expert 30 K2 30 1
4 Sr. Architect 30 K2 18 1
5 Structural Engineer 30 K2 18 1
6 Quality Control Engineer 30 K2 30 1
7 Contract specialist 27 K2 18 1
8 Safety Engineer 30 K2 30 1
Geotechnical/ Foundation
9 27 K2 18 1
Engineer
10 Environmental Expert 9 K2 30 1
11 Interface Manager 27 K2 30 1
Total 360
Note: -
1. Before deployment MMRDA will interview all evaluated Key Persons and all the other staff.
If found necessary, MMRDA will replace key persons without penalty for 1 replacement
and thereafter as per tender condition.
2. If the Team Leader (Depot Expert), Chief Resident Engineer, Contract Expert, Alignment
Expert, Geotechnical and Architectural Expert are not deployed within 45 days from
commencement of contract, deduction of 15% for the salary of said position will be
penalized till mobilization of key personnel during entire period of contract.
35.2. The Employer will carry out technical evaluation of proposals on the basis of their
responsiveness to the RFP in particular the Scope of work, applying the evaluation criteria,
sub-criteria, and weightage/ point system specified in the RFP document. Each responsive
Proposal will be given a technical score (Ts). A Proposal shall be rejected at this stage if it
does not respond to important aspects of the RFP, and particularly the Scope of work or if
it fails to achieve the minimum technical score of 80% (i.e., 640 marks out of 800 marks).
However, if the number of such shortlisted Bidders is less than two, the MMRDA may, inits
sole discretion, pre-qualify the Bidder(s) whose technical score is less than 640 (Six
Hundred and Fourty) marks provided his marks are not lesser than 400. Following
criterion/weightage shall be used for carrying out technical evaluation:
Sr. No. Criterion Weightage
(%)
I Specific experience of the firms relevant to this typeof 15
Assignment.
Adequacy of Proposed Methodology, work plan,
Organization and Staffing, Claims Management methods and
II Training methods in responding to theTOR 30
III Qualifications, experience and competence of theKey Staff 45
to be deployed for the Assignment
IV Competent Pool of Key Experts 10
Total 100
Notes:
i. There will be total 800 marks distributed as per the percentage given above under four
criteria in Para above.
ii. Evaluation for these four criterions (viz. Criterion I, II, III & IV) will be based on
methodology explained under “Notes on Evaluation Methodology”.
iii. Methodology for calculation of marks obtained by various bidders is givenin Summary
Evaluation Sheet.
The bidders who have secured the minimum qualifying marks in the technical evaluation will
be eligible for opening of their financial proposals. TheEmployer shall notify all technically
qualified Tenderers regarding opening of the financial proposal, such Tenderers may witness
the financial opening. The financial proposal(s) will then be opened online through website.
Tenderers can also check financial proposal of other Tenderers online.
The evaluation committee appointed by employer will carry out financial evaluation. Each
financial proposal will be attributed a Financial Score (Fs). There will be 200 marks for
financial proposal. The lowest Financial Proposal will receive the maximum score of 200
marks. The score for each other Financial Proposal is inversely proportional to its price and
will be computed as follows (ANNEXURE -V)
Fs = 200 x FL / F
where:
Fs is the financial score of the Financial Proposal being evaluated,
FL is the quoted price of the lowest priced
F is the quoted price of the Financial Proposal under consideration
Final evaluation will be based on the combined score obtained by each consultant and shall
be ranked highest to lowest in accordance with their totalmarks obtained. The bidder who
obtains the maximum total marks would be ranked highest and the one who obtains the
lowest marks would be ranked lowest. The Overall Score (Os) of each bidder will be obtained
by adding Technical Score (Ts) and Financial Score (Fs) as under: -
Os = Ts + Fs
MMRDA/MPIU/ML6/CA-208 Page 27
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 28
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Expert
Sr Architect 30
Structure Engineer 30
Quality Control 30
Engineer
Contract specialist 27
Safety Engineer 30
Geotechnical/Found 27
ation Engineer
Environmental 9
Expert
Interface Manager 27
IV Competent Pool of 80 80 64 60 48 40 32 obtained
Key Experts Score is sum
of individual
scores of all
evaluate
Technical Score 800
b) Good: The Consultant properly understands the current situation and the main
issues of the project. The approach and methodology to solve the issues are
discussed in detail.
approach and methodology to solve the issues are consistent. However, the
approach and methodology are standard and not discussed in detail or not
specifically tailored to the assignment.
d) Below Average: The Consultant does not have proper understanding of TOR and the
issues are not appropriately discussed. The approach and methodology do not have
consistency and are inappropriately or poorly presented.
The percentage rating for the above grades will be assigned as under:
b) For Work plan (5% weightage / 40 marks): The Consultant’s submission will be
evaluated and one of the following grades will be given:
a) Excellent: In addition to the requirements stated below under “Good”, the proposal
uses state-of-the-art approach for efficient execution of the assignment. The
proposed work plan is consistent with the approach and methodology.
b) Good: The work plan fits TOR well. The timing and duration of all activities is
appropriate and consistent with the assignment output, and the inter relation
between various activities is realistic and consistent with the proposed approach
and methodology.
c) Average: The work plan fits TOR, and all required activities are indicated in the
activity schedule, but they are not detailed.
d) Below Average: Some activities required in TOR are omitted in their work schedule
or timing and duration are not appropriate. There are minor in consistencies
between timing, assignment output, proposed approach and methodology.
e) Poor: There are major inconsistencies between the requirements in TOR and the
proposed work plan.
The percentage rating for the above grades will be assigned as under:
MMRDA/MPIU/ML6/CA-208 Page 30
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
a) Excellent: In addition to the requirements stated below under “Good”, the proposal
clearly shows how the Consultant’s team will tackle all the requirements of the
project as per the approach and methodology.
b) Good: The organization and staffing fits TOR well. The correlation between the staff
and the organization thereof is well represented and has clear links to the approach
and methodology and work plan.
c) Average: The organization and staffing fits TOR requirements and all required
activities are staffed in a general manner, but they are not specific.
d) Below Average: Some activities required in TOR are not staffed appropriately. There
are minor inconsistencies between the staff and the way they are organized in the
team. Poor: There are major inconsistencies between the requirements in TOR and
the proposed organization for the Consultant.
The percentage rating for the above grades will be assigned as under:
MMRDA/MPIU/ML6/CA-208 Page 31
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
b) Good: The training requirements fit TOR well. The correlation between the
training plans thereof is well represented and has clear links to the approach and
methodology and work plan including national and international.
c) Average: The training plan fits TOR requirements, and all required activities are
staffed in a general manner, but they are not specific.
d) Below Average: Some activities required in TOR for training are not covered
appropriately. There are minor inconsistencies between the training plan and
requirements.
e) Poor: There are major inconsistencies between the requirements in TOR and the
proposed training plan.
The percentage rating for the above grades will be assigned as under:
C) Criterion III (viz. Qualification, experience, and competence of the key staff to be
deployed) (45%weightage / 360 marks): The marks will be allotted based on the
following sub-criteria:
a) Educational Qualifications (Weightage: 25%)
For engineering posts, the following criteria will be used for awarding rating/marks:
For non-engineering posts, the following criteria will be used for awarding rating/marks:
MMRDA/MPIU/ML6/CA-208 Page 32
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
c) Language proficiency in English (10%)- Full marks if the candidate can read, write and
speak English.
The share of each post in the total mark for the category will be calculated by dividing
its weight by the total of the weights of all posts in that category.
For example, 160 marks are allocated to Depot & Workshop; there is one K1 post and one
K2 post in this category as per para 20.1.1 D. The total of the weights is 1.00+ 0.75=1.75.
Therefore, the K1 post will carry 1/1.75 of the 160 marks while the K2 post will carry
0.75/1.75 of the 160 marks, i.e. the K1 post will carry 91.43 marks while the K2 post will
carry 68.57 marks. The 91.43 marks for the K1 post of Chief Depot Facility Expert will be
allotted according to the weights and marking scheme given in (a) to (e) above.
MMRDA/MPIU/ML6/CA-208 Page 33
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
The marking will be (80/08) marks for each CV. The experts shall be minimum professional
Graduates with 25 years professional experience.
Also, the staff proposed under this category should be employed by the tenderer, directly
under their roles as a full-time employee for at least 1 continuous year up to 31.08.2023.
Sufficient proof in the form of bank certification/ Statutory Auditor certification to show
that the staff has been employed with the company and has been drawing a salary for the
last 1 year, continuously, shall be provided. While evaluating the marks of each category of
pool of expert’s 50 percent marks are allotted for this experience of employment with the
tenderer and marks will be given as herein:
1) Full marks for 5 years or more
2) 80 percent marks between 4yrs to 5yrs
3) 60 percent marks between 3yrs to 4yrs
4) 40 percent marks between 2yrs to 3yrs
5) 20 percent marks between 1yr to 2yr
The remaining 50 percent marks will be given based on association of the pool expert in each
category for the eligible projects in last 10 years. Eligible projects will be those projects which
are defined in Clause above and marks will be given as herein:
Bidders should note that if they do not provide required details or required documentary
evidence or provide it incomplete or provide it late, MMRDA based upon its own interpretation
and judgment with the available information/ evidence, and best in rest of the assignment may
either award no marks or award such marks as it may deem appropriate.
i. Note to Bidders: All the client certificates should be duly notarized/Apostle from the
Client Country where the project has been carried out.
ii. For Non-professional support staff minimum educational qualifications should be
Graduate with minimum 2 yrs. of experience or Diploma holder with minimum 5 years’
experience.
iii. GC should have Biometric attendance system installed at workplace and access should
be provided to MMRDA. E-muster will be considered for payment purpose.
iv. The key personnel whose CVs has been evaluated during the bid submission, but
appointment is pending or currently deployed or approved for deployment on positions
of K1 and K2 in Metro Line-2B ,4, 4A, 5(Phase I), 7, 7A, 9, 10&12, of successful bidders,
shall not be considered for technical evaluation of GC for Metro Line 6 Depot work.
MMRDA/MPIU/ML6/CA-208 Page 34
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
37. Negotiations:
39. Employer's Right to accept any Bid and to reject any or all Bids
a. The Employer reserves the right to accept or reject any or all Bids, and to cancel
the Bidding process, at any time prior to the award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform
the affected Bidder or Bidders of the grounds for the Employer's action.
1. The Govt. of Maharashtra requires that the Bidders shall observe the highest
standard of ethics during the execution of contracts. In pursuance of this policy the
client;
b. For the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public official in the
procurement process or in contract execution; and
ii. “fraudulent practice” means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the Employer, and includes collusive practices among Bidders
(prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the Employer of the benefits
of free and open competition.
c. will reject a proposal for award if it determines that the Bidder recommended
for award has engaged in corrupt or fraudulent practices in competing for the
contract in question;
d. will declare a firm ineligible, either indefinitely or for a stated period of time, to
be awarded a contract if it at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing for, or in executing contract.
1. Scope of Work
1.1. Director (P), Metro-PIU, MMRDA invites sealed bids from the reputed consultancy
firms and experienced in Design/Proof Checking, technical supervision,
monitoring and quality assurance, interface management including preparation of
designs of structures and issue of working drawings for depot and allied structures
for construction of works “Construction of depot and Essential staff quarters for
Metro line 6 of Mumbai Metro Rail Project of MMRDA at Kanjurmarg.”
1.4. For the purpose of clarity and better understanding, the entire contractors’ scope
of Work has been sub-divided as follows:
a. Survey and investigation including geotechnical investigation including but not
limited to setting out, benchmarking etc.,
i. Validation of the Data and Additional Survey: Validation of the Data
provided by the Employer including additional surveys if considered
necessary by the Contractor for design of the Permanent Works and
verifying the available Right of Way at Site and re-fixing the missing
stakes, if any.
ii. Geotechnical Investigations: The Geotechnical Investigations required
for Design of Permanent Works and as described in Employer’s
Requirement for design of Permanent Works.
iii. Preparing and submitting proposals, Conducting inspections, liaisoning
and obtaining various approvals required for completion of depot work
and starting operation of depot including Chief Metro Rail safety
Commissioner (CMRS) approval, RDSO, Environmental & Pollution
board approval, MCGM/BMC/ PWD/ MSETCL/Tata power/ Adani/
Tree authority etc.
f. Pre-Engineered Building
g. Proof checking of Design of PEB structures, testing of elements, supervision
and monitoring of construction of Pre-Engineered Building
h. All testing activities and any other activity connected with the construction and
completion of the depot.
i. Utilities work
j. Drainage systems: Design and construction of drainage system of all along the
periphery of depot land and service road including all other related works as
considered necessary.
k. Earth Retaining Structures: Design and construction of earth retaining
structures
l. Uncharted Public Utilities: Identification of the uncharted public utilities (if
required) including co-ordination with the utility owning entities, shifting of
such utilities as per requirement of utility provider, and making necessary
changes in designs of structures or component thereof and approaches.
Miscellaneous Works: Design and construction of all the other miscellaneous
works including but not limited to:
m. Wayside Signs and sign boards.
n. Testing of elements of the viaduct, ramp, all buildings, sheds, yards, PEB
structures etc. for their structural conformity to the Design and the
specifications
o. All other related works as necessary for the successful completion of the Depot
work.
p. Supervision of defect rectification work during DLP of the Depot Contractor.
q. Associated Works and Temporary Works:
i. Temporary Diversions and Restoration: All the necessary temporary
traffic diversions and traffic management, waterway diversions /
diversion of the natural water flow etc. as required for execution of the
depot work, approaches and Temporary Works and ensuring smooth
flow of the same during construction and restoration of the same on
completion of the Works.
ii. Temporary Facilities, Temporary Utilities and Equipment for Use of
Employer / Engineer: Provision of all Temporary Facilities Viz.
Provisional Site Office, Engineer’s Site Office, Survey Equipment and
Temporary Utility Services Viz. Electricity and water supply, sanitation
and sewerage, office cleaning, waste and garbage disposal etc. for the use
of the Employer and the Engineer.
MMRDA/MPIU/ML6/CA-208 Page 39
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
The objectives of the consultancy shall include but not limited to the following;
a. Proof checking of all designs and working drawings prepared by contractor with
respect to provision of design standard for timely completion of the project.
b. Evaluation of Design of structures prepared by contractor and execution as a third
party for better assurance of the proposed design and ability of the results and
development to meet requirements.
c. Highlighting the problems for execution in existing design.
d. Checking of structural design and drawings prepared by contractor with respect to
provision of tender documents and technical specifications.
e. Conformity between design calculations and drawings.
f. It should be ensured that all proposed working drawing shall be execution friendly.
g. Ensure that high quality construction is achieved and all works are executed in full
compliance with the Engineering Design, technical specifications and other
stipulations of the contract documents and within the specified time. All these task
is proposed to be got executed through GC contract.
h. setting out works, preparation of Job Mix formula for flexible and rigid pavement
and approval of all mix designs for concrete works, conducting quality control in
house test, witnessing the all test conducted in approved laboratories as per norms
fixed by the MMRDA. Supervision, recording all measurements, preparation of
running account bills & final bills and approval of all As Built Drawings.
i. Construction supervision, Project Management, Quality Control and Assurance
during the implementation of works.
j. Ensure that high quality construction is achieved and all works are executed in full
compliance with the Engineering Design, technical specifications and other
stipulations of the contract documents and within the specified time.
k. Co-ordinate, review/monitor the efforts of all contractors including but not limited to
Civil, DDC, Architectural and PEB Finishes, sub-contractors appointed by the contractors,
consultants, suppliers, manufacturers and vendors.
l. Following up and obtaining all approvals from the Govt./semi-Govt./private bodies.
m. Follow up of Environment proposal & other proposals to start the work.
n. Reviewing, Co-coordinating, Monitoring & Assisting of Quality Assurance Plan.
Conducting all testing activities and any other activity connected with the
construction and completion of the depot.
o. Reviewing, Co-coordinating, Monitoring & Assisting of Environmental Management
Plan during project implementation period
p. Reviewing, Co-coordinating, Monitoring & Assisting of Safety Management Plan
during project implementation period
q. Reviewing, Co-coordinating, Monitoring & Assisting of traffic diversion plan &
approval from competent traffic authority.
r. Reviewing, Co-coordinating, Monitoring & Assisting of Utility investigation & Utility
Diversion plan
s. Reviewing, Co-coordinating, Monitoring & Assisting of Tree cutting proposal and
follow up till the permission from MCGM Tree Authority is received & ensure the
compliance of condition therein.)
t. Follow up of Resettlement & Rehabilitation proposal for the project
u. Preparing and submitting proposals, Conducting inspections, liaisoning and
MMRDA/MPIU/ML6/CA-208 Page 40
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
obtaining various approvals required for completion of depot work and starting
operation of depot including Chief Metro Rail safety Commissioner (CMRS)
approval, RDSO, Environmental & Pollution board approval, MCGM/ PWD/
MSETCL/Tata power/ Adani/ Tree authority etc.
5. Task assigned to GC
The General Consultants shall perform task assigned as specified in Appendix A of TOR.
MMRDA/MPIU/ML6/CA-208 Page 41
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Section-II
FORM OF CONTRACT
Percentage Rate Remuneration
MMRDA/MPIU/ML6/CA-208 Page 42
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
This CONTRACT (hereinafter called the "Contract") is made the _______th day of
the……………………. month of 2023, between, on the one hand, ………..Director (P), MMRDA
(hereinafter called the "Employer") which expression shall, unless it be repugnant to the
context or meaning thereof, be deemed to include its successor or successors and assignee
or assignees of the FIRST PART and, on the other hand,(M/s------------)(hereinafter called the
"Consultants") of the SECOND PART.
WHEREAS
a) The Employer has requested the Consultants to provide certain consulting services as
defined in the General Conditions of Contract attached to this Contract (hereinafter called
the "Services");
b) The Consultants, having represented to the Employer that they have the required
professional skills and personnel and technical resources, have agreed to provide the
Services on the terms and conditions set forth in this Contract for carrying out Services
for Construction and DLP period i.e. technical supervision ,monitoring quality assurance
and other allied services including preparation of designs of structures and issue of
working drawings for completion of work ,project management & proof checking of the
designs for the proposed work of Providing General Consultancy for the work of
Construction of depot for Metro line 6 (Swami Samarth Nagar to Vikhroli) of Mumbai Metro
Rail Project of MMRDA at Kanjurmarg”
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part
of this Contract:
a. The General Conditions of Contract (hereinafter called "GC");
b. The Special Conditions of contract (hereinafter called "SC");
c. The following Appendices:
SECTION-III
GENERAL CONDITIONS OF CONTRACT
MMRDA/MPIU/ML6/CA-208 Page 45
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
1 General Provisions
1.1 Definitions
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
a. “Applicable Law” means the laws and any other instruments having the force
of law in India;
b. “Contract” means the Contract signed by the Parties, to which these General
Conditions of Contract are attached together with all the documents listed in
Clause 1 of such signed Contract;
c. “Effective date” means the date on which this contract comes into force and
effect pursuant to clause GC 2.1;
d. “Employer" means MMRDA represented by Metropolitan Commissioner.
e. “Engineer in charge" any officer designated by the Employer for the project.
f. “GC” means these General Conditions of Contract;
g. “Government” means the Government of India / Government of Maharashtra.
h. “Local currency” means the currency of the Indian Government;
i. Deleted
j. “Party” means the Employer or the Consultants, as the case may be and
Parties means both of them.
k. “Personnel” means persons hired by the Consultants or by any Sub-
consultant as employees and assigned to the performance of the Services or
any part thereof.
l. “SC” means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;
m. “Services” means the work to be performed by the Consultants pursuant to
this Contract, as described in Appendix A hereto;
n. “Sub-consultant” means any entity to which the Consultants subcontract any
part of the Services in accordance with the provisions of Clause GC 3.7; and
o. “Third Party” means any person or entity other than the Government, the
Employer, the Consultants or a Sub-consultant.
1.4 Language
This Contract has been executed in the language specified in the SC, which shall
MMRDA/MPIU/ML6/CA-208 Page 46
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
be the binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.
1.5 Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.6 Notices
1.6.1. Any notice, request or consent required or permitted to be given or made
pursuant to this Contract shall be in writing. Any such notice, request or
consent shall be deemed to have been given or made when delivered in
person to an authorized representative of the Party to whom the
communication is addressed, or when sent by registered mail, telegram
or facsimile to such Party at the address specified in the SC.
1.6.2. Notice will be deemed to be effective as specified in the SC.
1.6.3. A Party may change its address for notice hereunder by giving the other
Party notice of such change pursuant to the provisions listed in the SC
with respect to Clause GC 1.6.2.
1.7 Location
The Services shall be performed at such locations as are specified in Appendix A
(Terms of Reference) hereto and, where the location of a particular task is not so
specified, at such locations, whether in Jurisdiction of Mumbai Metropolitan
Region, as the Employer may approve.
MMRDA/MPIU/ML6/CA-208 Page 47
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Contract signed by the Parties as shall be specified in the SC, either Party may, by
not less than four (4) weeks’ written notice to the other Party, declare this
Contract to be null and void, and in the event of such a declaration by either Party,
neither Party shall have any claim against the other Party with respect hereto.
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall
expire when services have been completed and all payments have been made at
the end of such time after the Effective Date as shall be specified in the SC.
This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and the
Parties shall not be bound or be liable for, any statement, representation, promise
or agreement not set forth herein.
2.6 Modification
MMRDA/MPIU/ML6/CA-208 Page 48
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
2.8 Suspension
The Employer may, by written notice of suspension to the Consultants, suspend
all payments to the Consultants hereunder if the Consultants fail to perform any
of their obligations under this Contract, including the carrying out of the Services,
provided that such notice of suspension (i) shall specify the nature of the failure,
and (ii) shall request the Consultants to remedy such failure within a not
exceeding thirty (30) days after receipt by the Consultants of such notice of
suspension.
2.9 Termination
MMRDA/MPIU/ML6/CA-208 Page 49
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 50
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 51
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 52
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
3.3 Confidentiality
The Consultants, their Sub-consultants and the Personnel of either of them shall
not, either during the term or within two (2) years after the expiration of this
Contract, disclose any proprietary or confidential information relating to the
Project, the Services, this Contract or the Employer’s business or operations
without the prior written consent of the Employer.
MMRDA/MPIU/ML6/CA-208 Page 53
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Services, hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as will clearly identify all
relevant time charges and cost, and the bases thereof (including such bases as
may be specifically referred in the SC); (ii) shall permit the Employer or its
designated representative, and up to one year from the expiration or termination
of this Contract, to inspect the same and make copies thereof as well as to have
them audited by auditors appointed by the Employer.
MMRDA/MPIU/ML6/CA-208 Page 54
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
instructed by the Employer in writing, shall insure them at the expense of the
Employer in an amount equal to their full replacement value.
MMRDA/MPIU/ML6/CA-208 Page 55
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
respect of the Services such number of days before their arrival (or after their
departure from).
b. The Key Personnel shall not be entitled to be paid for overtime nor to take
paid sick leave or vacation leave except as specified in Appendix C hereto,
and except as specified in such Appendix, the Consultants remuneration shall
be deemed to cover these items. All leave to be allowed to the Personnel is
included in the staff months of service set forth in Appendix C. Any taking of
leave by Personnel shall be subject to the prior approval by the Consultants
who shall ensure that absence for leave purposes will not delay the progress
and adequate supervision of the Services.
MMRDA/MPIU/ML6/CA-208 Page 56
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
4.6 Deleted
MMRDA/MPIU/ML6/CA-208 Page 57
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
5.5 Payment
In consideration of the Services performed by the Consultants under this
Contract, the Employer shall make to the Consultants such payments and in such
manner as is provided by Clause GC 6 of this Contract.
MMRDA/MPIU/ML6/CA-208 Page 58
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Clause GC 6.1 (b) above shall be increased by the amount or amounts, as the
case may be, of any such additional payments.
MMRDA/MPIU/ML6/CA-208 Page 59
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
rate specified in the SC shall become payable as from the above due date on
any amount due by, but not paid on, such due date.
d. The final payment under this Clause shall be made only after the final report
and a final statement, identified as such, shall have been submitted by the
Consultants and approved as satisfactory by the Employer. The Services shall
be deemed completed and finally accepted by the Employer and the final
report and final statement shall be deemed approved by the Employer as
satisfactory ninety (90) calendar days after receipt of the final report and
final statement by the Employer unless the Employer, within such ninety
(90) day, gives written notice to the Consultants specifying in detail
deficiencies in the Services, the final report or final statement. The
Consultants shall thereupon promptly make any necessary corrections, and
upon completion of such corrections, the foregoing process shall be repeated.
Any amount which the Employer has paid or caused to be paid in accordance
with this Clause in excess of the amounts actually payable in accordance with
the provisions of this contract shall be reimbursed by the Consultants to the
Employer within thirty (30) days after receipt by the Consultants of notice
thereof. Any such claim by the Employer for reimbursement must be made
within twelve (12) calendar months after receipt by the Employer of a final
report and a final statement approved by the Employer in accordance with
the above.
e. All payments under this Contract shall be made to the account of the
Consultants specified in the SC.
f. No Interest would be paid over the delayed payment. There is no provision
of escalation in this contract. No escalation shall be paid on the scope of
work/delayed works. Regarding delay in Consultant’s works, the Engineer’s
decision shall be final and binding.
6.5 Variations:
Variations may be initiated by the Engineer/Employer at any time prior to issuing
the completion certificate for the design works, either by an instruction or by a
request for the General Consultant to submit a proposal. The General Consultant
shall execute and be bound by each Variation.
between them, and without detriment to the interest of either of them, and that,
if during the term of this Contract either Party believes that this Contract is
operating unfairly, the Parties will use their best efforts to agree on such action
as may be necessary to remove the cause or causes of such unfairness, but no
failure to agree on any action pursuant to this Clause shall give rise to dispute
subject to arbitration in accordance with Clause GC 8 hereof
8 Settlement of Disputes
8.1 Amicable Settlement
The Parties shall use their best efforts to settle amicably all disputes arising out
of or in connection with this Contract or the interpretation thereof.
10 Priority of Documents
The documents forming the Contract are to be taken as mutually explanatory of one
another. If there is an ambiguity or discrepancy in the documents, the Engineer shall issue
any necessary clarification or instruction to the Contractor, and the priority of the
documents shall be as follows:
MMRDA/MPIU/ML6/CA-208 Page 61
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
SECTION – IV
SPECIAL CONDITIONS OF CONTRACT
MMRDA/MPIU/ML6/CA-208 Page 62
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Numbe Amendments of, and Supplements to, Clauses in the General Conditions of
r of GC Contract.
Clause
1.1(g) “Government” means the Government of India / Government of Maharashtra.
1.4 The language is: English
1.6.1 The address is:
a. Employer: Director (Projects),
Metro-PIU, Mumbai Metropolitan Region Development Authority
(MMRDA)
Bandra-Kurla Complex, Bandra (East), Mumbai–400 051.
Fax:022-26594076
E-mail: basavaraj.mb@mailmmrda.maharashtra.gov.in
b. Consultants:
………………………………………………………………..
………………………………………………………………..
Fax: E-mail:
1.6.2 Notice will be deemed to be effective as follows:
a. in the case of personal delivery or registered mail, on delivery;
b. in the case of telegrams, 24 hours following confirmed transmission; and
c. in the case of facsimiles, 24 hours following confirmed transmission.
1.9 The Authorized Representatives are:
For the Employer: 1) Director (P), Metro-PIU, MMRDA
For the Consultants: 1) Shri………………………………………………
1.10 The consultants, Sub-consultants and the Personnel shall pay the taxes, duties, fees,
levies and other impositions levied under the existing, amended or enacted laws
during life of this contract and the employer shall perform such duties in regard to the
deduction of such tax as may be lawfully imposed.
2.2 The time shall be 45 days
2.3 The time shall be 7 days.
2.4 The time of contract shall be 30 months Plus DEFECT LIABILITY period of 24 months.
The time will commence from work order issued to the Consultant.
3.4 Limitation of the Consultants liability towards the Employer
a. Except in case of gross negligence or willful misconduct on the part of the
Consultants or on the party of any person or firm acting on behalf of the
Consultants in carrying out the Services, the Consultants, with respect to damage
caused by the Consultants to their Employer’s property, shall not be liable to the
Employer:
i. For any indirect or consequential loss or damage; and
ii. For any direct loss or damage that exceeds
43.1.1.
he total payments for Professional Fees and Reimbursable Expenditures
made or expected to be made to the Consultants hereunder, or
43.1.2.
he proceeds the Consultants may be entitled to receive from any insurance
MMRDA/MPIU/ML6/CA-208 Page 63
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Numbe Amendments of, and Supplements to, Clauses in the General Conditions of
r of GC Contract.
Clause
maintained by the Consultants to cover such a liability, whichever of (A)
or (B) is higher.
43.2. This limitation of liability shall not affect the Consultants’ liability, if any, for
3.5 damage to Third Parties caused by the Consultants or any person or firm acting
on behalf of the Consultants in carrying out the Services.
d. Third Party motor vehicle liability insurance as required under Motor Vehicles
Act, 1988 in respect of motor vehicles operated in India by the Consultants or
their Personnel or any Sub-consultants or their Personnel for the of consultancy.
e. Third Party liability insurance with a minimum coverage of Rs. 5.00 lacs for the
of consultancy.
f. Professional liability insurance, as mentioned in Clause 3.4 (a) (ii) above, with a
minimum coverage equal to estimated remuneration and reimbursable.
g. Employer’s liability and workers’ compensation insurance in respect of the
Personnel of the Consultants and of any Sub-consultant, in accordance with the
relevant provisions of the Applicable Law, as well as, with respect to such
Personnel, any such life, health, accident, travel or other insurance as may be
appropriate; and
h. Insurance against loss of damage to (i) equipment purchased in whole or in a part
with funds provided under this Contract, (ii) the Consultants’ property used in
the performance of the Services, and (iii) any documents prepared by the
Consultants in the performance of the Services.
3.9 The Consultants shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the Employer.
4.6 The person designated as Team Leader in Appendix C, shall serve in that capacity as
specified in GCC Clause 4.6.
MMRDA/MPIU/ML6/CA-208 Page 64
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Numbe Amendments of, and Supplements to, Clauses in the General Conditions of
r of GC Contract.
Clause
6.1 (b) The ceiling in local currency is the standard fee prescribed in the Appendix-D
2. Remuneration for period of less than one month shall be calculated on an hourly
basis for actual time spent in the Consultants’ home office and directly
attributable to the Services (one hour being equivalent to 1/240th of a month)
and on a calendar day basis for time spent away from home office (one day being
equivalent to 1/30th of a month).
6.2 (b) The rates for local Personnel are set forth in Appendix D.
(ii)
6.3 (b)
(i) Remuneration for local Personnel shall be paid in local currency
(ii) Reimbursable expenditure shall not be payable
6.5 Variations:
Variations may be initiated by the Engineer/Employer at any time prior to issuing the
completion certificate for the scope of work of General Consultant, either by an instruction or
by a request for the General Consultant to submit a proposal. The General Consultant shall
execute and be bound by each Variation.
If the Engineer/Employer requests a proposal, prior to instructing a Variation, the General
Consultant shall respond in writing as soon as practicable, either by giving reasons why he
cannot comply (if this is the case) or by submitting: (a) a description of the proposed design
to be performed and a programme for its deliverables, (b) the General Consultant 's proposal
for any necessary modifications to the programme, according to Programme and to the Time
for Completion, and (c) the General Consultant 's proposal for adjustment to the Contract
Price. The Engineer shall, as soon as practicable after receiving such proposal, respond with
MMRDA/MPIU/ML6/CA-208 Page 65
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Numbe Amendments of, and Supplements to, Clauses in the General Conditions of
r of GC Contract.
Clause
approval, disapproval or comments. The General Consultant shall not delay any work whilst
awaiting a response. Each instruction to execute a Variation, with any requirements for the
recording of Costs, shall be issued by the Engineer to the General Consultant, who shall
acknowledge receipt. Upon instructing or approving a Variation, the Engineer shall proceed
to agree or determine adjustments to the Contract Price and the Schedule of Payments.
1.2.2. If either the Employer or the Consultant disagrees with the decision of the
Engineer In charge, the decision shall then be referred by the Employer or by
the Consultant, within 30 days of the decision of the Engineer-In-charge to
the Metropolitan Commissioner, MMRDA. The decision of the Metropolitan
Commissioner, MMRDA shall be final and binding on both the parties.
9 The maximum limit of Liquidated Damages shall be 10% of the Fixed Lump Sum
Price of the Contract.
MMRDA/MPIU/ML6/CA-208 Page 66
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
SECTION – V
APPENDICES
MMRDA/MPIU/ML6/CA-208 Page 67
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
APPENDIX-A
TERMS OF REFERENCE (TOR) DESCRIPTION OF THE SERVICES
1.1 Introduction:
a. Metro Line 6 of the Mumbai Metro is part of the metro system for the city
of Mumbai, India. It is to connect Swami Samarth Nagar-Lokhandwala in Andheri in
the western suburbs to Vikhroli and Kanjurmarg in the eastern suburbs. Major
section of the line will run through the Jogeshwari–Vikhroli Link Road which is going
to be fully elevated.
b. The depot of Metro Line 6 is planned at Kanjurmarg.
1.2 The Mumbai Metropolitan Region Development Authority (MMRDA) will be the
Implementing Agency for the Projects. The scope of work will be primarily but not limited
to the following:
Scope of work
a. Providing General Consultancy Services during construction period and DLP of the
“Construction of depot and Essential staff quarters for Metro line 6 (Swami Samarth
Nagar to Vikhroli) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg” .i.e.
technical supervision, monitoring quality assurance, contract management and other
allied services including supervision of geotechnical investigations, detailed scrutiny
of designs and issuing working drawings submitted by the Contractor for the Depot of
Metro Line 6, foundation and substructure, superstructure, implementation of Utility,
investigation & Utility Diversion plan, Preparation & implementation of Quality
Assurance Plan, Preparation & implementation of Safety Plan, Implementation of
Environment Monitoring plan, Permissions from MCGM tree Authority for tree cutting
& compliance of condition, preparation & follow up of Resettlement & Rehabilitation
proposal for the project , interface management between various civil and systems
agencies and works etc.
b. Monitoring all testing activities and any other activity in accordance to the
specifications connected with the construction and completion of the project.
c. All works and Liaising related to permission from any statutory body.
d. Periodical reporting preparation/checking of bills, dispute/claims resolution etc
e. Time is the essence of the contract. MMRDA also gives top priority to the quality of
work without any compromise and expects flawless quality control of the work from
the consultants. In view of achieving highest quality of work, strict implementation of
quality control standards is expected. Also, any serious defect in any structural
member will attract non-refundable fine of Rs 50,000/- per such defect and amount of
such fine shall be debited from the bills of consultants. More than 3 defects may attract
a disciplinary action of blacklisting of consultants for future works of MMRDA. MMRDA
shall also deploy a third party auditor agency for quality and safety audits of the project
if required at the cost of GC . Providing all requisite data and information by the audit
agency shall be the responsibility of the consultants.
f. MMRDA also provides utmost importance to safety at project site. Any accident causing
serious injury to any workman shall be considered as lapse in safety supervision of
consultants and will attract fine of Rs.10,000 /- per accident. The accident causing
death of any workman will attract fine of Rs. 1,00,000 /- per death. More than three
numbers of deaths of workmen due to lapse in safety aspect, shall attract a disciplinary
MMRDA/MPIU/ML6/CA-208 Page 68
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
action of blacklisting of consultants for future works of MMRDA. Road Safety audit as
per Supreme Court Order vide Government of Maharashtra, Public Works Department
Government Resolution dated 27/02/2017&28/02/2017 shall be performed by the
consultants.
a. The Consultants may, if they wish, services of other consultants / sub-consultants in
order to enhance their capability/capacity. They may also hire the services of suitably
qualified and experienced key professional staff (ensuring their availability for the
project duration) to enhance the quality of the team, if such staff is not readily
available within their own organization. However, majority of the key professional
staff should be permanent employees of the consultants.
g. Detail scope of work is mentioned in Chapter I-C scope of work
1.3 Objective of the Consultancy:
The Consultancy services shall include:
b. Construction supervision, Project Management, Contract Management, Quality
Control and Assurance, interface management during the implementation of the
project & allied works.
c. Detailed scrutiny of designs of structures submitted by contractor and issue of
working/ good for construction drawings for the work.
d. Ensure that high quality construction is achieved, and all works are executed in full
compliance with the engineering design, technical specifications and other
stipulations of the contract documents and within the specified time.
e. Field surveys and preparation of topographical survey plans for route alignments and
assessments of land requirement for facilities like OCC,RSS, workshops, pit wheel,
stabling yard, station areas, electric substations (TSS and RSS) maintenance depot and
construction depots, casting yard, labour camps, fire fighting facilities, essential staff
quarters etc.
f. Identification of depot and preparation/ modifications of its general layout plans,
covering all facilities like auto wash plant, stabling yard, workshops, inspection yard,
OCC, DCC, canteens, ETP/STP, rain water harvesting system, storm water drains,
compound wall, utility ducts, water supply systems, watch towers, underground
water tanks, culverts, nalla diversion & construction, essential staff quaters etc.
g. Conceptual plans for the rolling stock maintenance depots.
h. Planning, design and construction of Pre-engineered building.
i. Interface management among various agencies in Metro depot construction.
j. Preparing and submitting proposals, Conducting inspections, liaisoning and obtaining
various approvals required for completion of depot work, essential staff quarters and
starting operation of depot including Chief Metro Rail safety Commissioner (CMRS)
approval, RDSO, Environmental & Pollution board approval, MCGM/BMC/ PWD/
MSETCL/Tata power/ Adani/ Tree authority etc.
k. Preparing, designing, and supervising track layout and its construction and its
approvals from RDSO, CMRS etc.
MMRDA/MPIU/ML6/CA-208 Page 69
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 70
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
working under the "Engineer in-charge of MMRDA" and submit day-to-day report to him.
The Engineer-in-charge will be overall in-charge of the Project for all decisions and
instructions.
1.8 Supervision team will be composed of suitably qualified and experienced staff. The
indicative qualifications and experience criteria are given in Annexure-I of the TOR. The
criteria indicated are given for the guidance of the consultants. The relevant professional
experience means the actual experience in the concerned area of expertise on similar
Metro projects. The quality of experience will be given due weightage during the
evaluation and award of contract.
1.9 The suggested qualifications and experience for sub-professional staff indicated in
Annexure-I shall determine the approval of these personnel. The Employer's approval in
respect of these personnel shall be required before deployment.
1.10 For all positions as mentioned Appendix C the deployment of appropriate personnel is
considered essential for the successful completion of the project. Consultants are therefore
advised to propose highly experienced and competent personnel for these positions.
1.11 Duties and responsibilities of GC and their representatives:
The duties of the GC and their representatives are described as under:
a. Proof checking of Design submitted for all elements (Ancillary & Main depot work)
b. Giving the layout of the work as per the approved drawings.
c. Assisting the Engineer-in-charge of MMRDA for executing the work as per the
provisions and specifications of the Bid documents. This would include timely
completion of the critical activities, quality control and Quality assurance.
d. Preparing the Daily, Weekly and Monthly reports and submitting them to the Engineer-
in-charge for appraisals and orders in the matter.
e. Taking all measurements and quantities etc, preparing running account bills as per the
directives of Engineer-in-charge for scrutiny, processing and payment of the bills to
the contractor.
f. Preparing final bill as per the directives of Engineer-in-charge including compliance of
technical and audit remarks if any.
g. Assisting Engineer-in-charge during the defects liability as per the terms of the
contract.
1.12 The duties of the GC shall be to carrying out proof checking of Structural design and
working drawings, issue of working drawings (Good for Construction) of each component
of work to the Contractor for execution, properly supervise the works and approve the
materials and workmanship for the works in co-operation and in consultation with
Engineer-in-charge. The GC shall administer all the construction works contracts and will
ensure that the contractual provisions, whether related to quality or quantities of the work
are duly implemented. The GC shall have no authority to relieve the contractors of any of
their duties or obligations under the construction contracts or to impose additional
obligations not included in the contracts. The duties of the Engineer will also include issue
of drawings, details as approved by Engineer-in-charge, MMRDA as specified in detail in
the construction contract documents and coordination of the individual supervision teams
to ensure that technical policies are correctly and consistently implemented on all the
construction contracts. The principal responsibilities of the GC will be, but will not be
MMRDA/MPIU/ML6/CA-208 Page 71
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
1. To carry out generally all the duties of the GC as specified in the construction contract,
within any limitations specified therein.
2. To ensure that the detailed design and working drawings are issued to the contractor
in time.
3. To ensure that the construction works are in accordance with the technical
specifications. Environmental Management Plan and other stipulations of the
construction contract documents.
4. To check the feasibility of drawings prepared by contractor for depot buildings like
OCC, DCC, Essential Staff quarters. Also, to supervise the construction work in
consultation with Competent Authority till the completion of the work.
5. To ensure a system of quality assurance of work, approve materials and their sources,
review bituminous mix designs and concrete mix designs proposed by the contractors
and approve/suggest modifications to the contractor's proposed mix designs, laying
methods, sampling and testing procedures and quality control measures to ensure the
required standard and consistency in quality.
6. To check the laboratory and field tests carried out by the contractors and to develop a
mechanism in consultation with the employer to involve the Team Leader / Resident
Engineers in carrying out an adequate number of independent tests other than the
regular testing done by laboratory personnel;
7. To monitor and check the daily quality control and quantity measurements of the
works carried out under the contracts, keep all measurement records as per the
directions of the employer and submit interim payment proposals when the quality of
the works is satisfactory and the quantities are correct to the Engineer-in-charge,
MMRDA.
8. To direct the contractors to take all necessary steps including those mentioned in the
construction contract to protect the environment on and off the site which arise due to
construction operations.
9. To issue certificates for interim payments to the contractors and certify completion of
parts of the totality of the works where applicable. Details of interim progressive
payments are to be recorded in a measurement book before issue of interim
certificates.
10. Other responsibilities of the GC will be to carry out all such duties which are essential
for the effective implementation of the construction contracts including, but not
limited to, the following:
a. To prepare, in consultation with the employer a construction supervision manual
defining routines and procedures to be adopted in contract management,
construction supervision and administration of the contracts and a maintenance
manual for defects liability and beyond.
b. To assist/advise the employer in handing over the sites and in establishing
milestones (if any) for completion of contracts.
c. To prepare in consultation with the employer guidelines to be adopted by the
employer during the defect’s liability and maintenance manual for a further of 5
years.
d. To verify the list of items and quantities of all items in the BOQ and propose
MMRDA/MPIU/ML6/CA-208 Page 72
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 73
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Detailed information on the major tasks and duties each member of the engineering design
team and the construction supervision team shall perform is provided as follows:
MMRDA/MPIU/ML6/CA-208 Page 74
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 75
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 76
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 77
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 78
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 79
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 81
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 82
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
15. Shall be responsible to maintain the execution at site as per the drawing.
16. Shall physically verify all dimensions of work on site and ensure that they are
as per drawings. Discrepancies shall be corrected immediately, modification
required if any shall done in consultation with bridge designer only.
17. Shall be responsible to maintain the records of day-to-day works
18. Shall be completely responsible for checking the all intermediate final levels of
crust provided, maintaining level book, insuring thickness of crust by taking
trial pits, steel reinforcement, centering, shuttering and scaffolding etc.
19. Shall be responsible to supervise the day to day works related to viaduct, ramp,
construction of depot building, earth work, GSB work , WMM work ,
Bituminous work ,PCC, RCC, and all other items as stipulated contract
documents of the contractor.
20. Shall be responsible to maintain the day-to-day material inventory for all
items, consumption of material for the work at site and shall ensured that the
material used in work is as per the theoretical requirement.
21. Shall preserve field books and measurement books supplied by MMRDA in safe
custody and shall return the same to MMRDA after completion of project or as
advised by Engineer in Charge.
22. Shall maintain cement register, steel register, daily labour register, asphalt
consumption register drawing register, hindrance register, register for
payment of advances and recoveries, register for reconciliation of materials to
facilitate recoveries, register for movement of field books / measurement
books, site instructions book, diary of work, Quality Assurance (QA) records,
etc. and any other register as advised and shall return all registers referred
above after completion of the project or as advised by MMRDA.
23. Shall ensure that all instructions to the contactors are issued in writing. Work
order book shall be maintained on the site in prescribed form approved by the
MMRDA. GC shall maintain the record of all such instructions for verification
at any time. It will be GC’s responsibility to regularize all verbal instructions
given by competent authority in unavoidable circumstances by obtaining
written confirmations / ratifications.
24. Shall advise MMRDA with regard to extra items/claims / disputes / arbitration
cases and excess- saving in tender items between MMRDA and the Contractors,
if any and assist MMRDA in case of any dispute till the cases are resolved either
by mutual negotiation or through arbitration or court, as the case may be.
25. Shall be responsible for proof checking of the all designs for the projects.
26. Shall prepare and submit proposals, Conduct inspections, liaison and obtain
various approvals required for completion of depot work & essential staff
quarters and starting operation of depot including Chief Metro Rail safety
Commissioner (CMRS) approval, RDSO, Environmental & Pollution board
approval, MCGM/ PWD/ MSETCL/Tata power/ Adani/ Tree authority etc.
1. Shall prepare quality assurance manual for contractor which including pre,
during, post execution check lists, test frequency chart with acceptance criteria
MMRDA/MPIU/ML6/CA-208 Page 83
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 84
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 85
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 87
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
1.15.12 Utilities:
The Consultant shall prepare plans, which show the location of existing
MMRDA/MPIU/ML6/CA-208 Page 88
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
MMRDA/MPIU/ML6/CA-208 Page 89
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
The consultant may be required to carry out the following additional services as
and when so requested by the Employer and on terms to be negotiated. The events
are:
a. preparation of reports or additional contract documents for consideration of
proposals for the carrying out of additional work;
b. any other specialist services by the Engineer or by other specialists as may be
agreed upon.
c. Fees towards the additional works/services carried out by the consultants shall
be paid after mutual discussions and agreement.
MMRDA/MPIU/ML6/CA-208 Page 90
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
countersign the defects noticed even after giving reasonable notice to the
contractor, GC should initiate suitable action as per Contract.
After the inspections the consultants shall submit a report (in 6 copies) detailing
the defects noticed and the remedial measures to be taken by the Contractor. The
consultants shall suggest and supervise the remedial measures, if any, require to be
carried out by the contractors during defects liability and submit final rectification
report to the MMRDA. After the inspections the consultants shall submit a report
(in 6 copies) detailing the defects noticed and the remedial measures to be taken
by the Contractor. The consultants shall suggest and supervise the remedial
measures, if any, require to be carried out by the contractors during defects liability
and submit final rectification report to the MMRDA.
completion of the project. All data collected during the project, equipment (including
computers) specifically purchased for the project by the consultant along with the user
manuals, will become the property of the employer.
1.29 Technical Advisory Committee:
The Employer may establish a Technical Advisory Committee (TAC) to guide the project.
to the team on technical matters. It is expected that the TAC will meet every month.
Consultant will submit all reports for review for suggestions by TAC.
1.30 Qualification and experience requirement for key professional Staff
Position Minimum Minimum Specific Experience of Similar
Qualification & upper Overall Nature
age limit Experienc
e
Key Professionals
Team Leader Masters in Civil 25 years 1. Out of 25
(Depot Engineering Upper 5
Expert) age limit 65 years (TL).
2. Experience in planning & execution/
supervision of at least One
completed Metro Depot/ Multistory
Building.
Chief Graduation in Civil 20 years 1. Out of 25 20
Resident Engineering Upper
Engineer age limit 65 years Resident Engineer or equivalent
2. Experience in planning & execution/
(1 for Depot
supervision of at least One completed
and 1 for Metro Depot or 10km of elevated
Staff quarter) Metro Line/ Multistory Building.
Track & Graduation in Civil 20 years 1.
Alignment Engineering Upper experience as a track/alignment
Expert age limit 65 years design.
2.Having experience in track and
alignment design for Metro project
with a Depot of minimum 13 stabling
lines.
Sr.Architect Graduation in 20 years 1.
Architecture. experience in architectural work for
Upper age limit 65 Metro projects.
years 2.Having experience in architectural
design and planning for Metro project
with a depot and staff quarters of
minimum 13 stabling line.
Structural Graduation in Civil 20 years 1.
Engineer Engineering with post experience as a Structural design
graduate degree in Engineer.
Structural 2. Having completed at least 2 projects
Engineering Upper
contractual difficulties, Such reports shall summaries (i) the activities of the Engineer
(ii) the progress of the contracts, (iii) all contract variations, (iv) the status of
contractor’s claims, if any, (v) details and brief descriptions of any technical and
contractual problem, being encountered, (vi) details of the contracts as a whole
comprising costs incurred, forecast cost and the financial plan (by Bank and MMRDA),
(vii) any other relevant information for each of the ongoing contracts. The reports shall
also be submitted in electronic format in addition to the 6 nos. hard copies.
4. Engineering Reports:
The Engineer shall prepare specific report, required in the event of particular or
unforeseen circumstances. Such reports shall be prepared on an ‘ad-hoc’ basis as
requested by the Engineer and shall include on analysis of the engineering matter in
question and shall propose possible solutions thereto.
6. As built drawings:
The consultant shall check the ‘As built’ drawings submitted by the contractor and
approve the same. A CD containing approved, as built, drawings shall be submitted to
MMRDA for records.
7. The consultant shall prepare and submit proposals, conduct inspections, liaison and
obtain approvals required for completion of depot work and starting operation of depot
including Chief Metro Rail safety Commissioner ( CMRS) approval, RDSO, Environmental
& Pollution board approval, MCGM/BMC/ PWD/ MSETCL/Tata power/ Adani/ Tree
authority etc
MMRDA/MPIU/ML6/CA-208 Page 98
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Appendix –C
Refer Clause: 4.1 of (GCC)
Table-1
MINIMUM MANPOWER FOR PROOF CHECKING AND DURING CONSTRUCTION PERIOD
No. of Man
No of Months per
Sr. No. Position Key Personnel
persons person per
month
Minimum Key professional staff
1. K1 Team Leader (Depot Expert) 1 1
2. K2 Chief Resident Engineer 2 1
3. K2 Track & Alignment Expert 1 1
4. K2 Sr.Architect 1 1
5. K2 Structural Engineer 1 1
6. K2 Quality Control Engineer 1 1
7. K2 Contract specialist 1 1
8. K2 Safety Engineer 1 1
K2 Geotechnical/Foundation
9. 1 1
Engineer
10. K2 Environmental Expert 1 1
11. K2 Interface Manager 1 1
Support staff
1. K4 Quantity surveyor 1 1
2. K4 Structural Engineer 2 1
3. K5 Jr. Quantity surveyor 2 1
4. K5 CAD operator 1 1
5. K5 Jr. Quality Control Engineer 2 1
6. K5 Surveyor 1 1
7. K6 Lab technician 1 1
K5 Field Engineer /Site Engineer 4 1
8. K5 Field Engineer /Safety Engineer 2 1
K5 Field Engineer /Quality Engineer 1 1
9. K5 Utility Engineer 1 1
10. K5 Track Engineer 1 1
11. K5 Architect 2 1
12. K6 Documentation expert 1 1
Notes:
1. The various personnel listed above shall be mobilized by consultant in accordance with
construction program accepted by MMRDA. The deployment schedule of each key person
shall be as approved by the Employer.
2. Key personnel shall be mobilized for duration necessary for their adequate input towards
completion of the tasks assigned to them
3. GC will be penalized, if qualified Engineer is found not be performing / not present at site
MMRDA/MPIU/ML6/CA-208 Page 99
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
/office. A Penalty of Rs. 5000/- per day per person will be recovered from consultant’s bill.
4. The deployment of all positions to be mobilized shall be on the basis of the approved
deployment schedule to suite the actual requirement as per the approved construction
program of the project.
5. The consultant may propose and deploy additional manpower/staff necessary for timely
execution during the construction period of project with no extra cost to the employer.
APPENDIX - 'D'
Fees and payment schedule
1. Fee:
The consultants shall be eligible to receive the fees as agreed/ negotiated by the employer
and communicated in Work Order / Letter of Intent by competent authority of MMRDA.
These percentages may be further distributed after approval of the Engineer. A proposal for
the same shall be submitted by the consultant. The decision of the Engineer, in this regard,
shall be final and binding.
3.2. Fees against manpower deployment and fees against progress of works.
The Consultant need to quote a Lumpsum fee against the Renumeration as per
Appendix V (Envelop-B). The Consultant is also required to quote the Rates of each
Key Personnel and Support staff as provided in Appendix V. The Fees for the Monthly
billing shall be released @ 70% on actual deployment of staff and balance 30% shall
be released as per the Milestones progress achieved during the course of the project.
3.2.1. At the time of signing the agreement, key staff to be deployed should be mentioned
in the Agreement and if any short fall occurs in it, the fee should be deducted
proportionately. A condition to this effect is clearly included in the document. For
extended period, the fees towards supervision (Manpower deployment and
progress) may be paid by working out proportionately limiting to the monthly fees
being paid in the original contract if staff is deployed as per TOR.
If the progress of work is very slow due to unforeseen reasons during the operation
period of contract i.e. during original & extended period, employer may direct for
reduction of staff in manpower deployment in proportion to work front available &
fees towards the manpower deployment will be reduced in proportion to reduced
manpower deployment. No claims in this regard will be entertained for reduction
in manpower deployment, proportionate fees will be deducted as per weightage
basis of salary.
If the 70% amount towards the manpower deployment is reduced / increased, the
payment of 30 % towards achievement of milestone shall be adjusted accordingly.
Note: No other additional fees/ payment shall be made by the employer, the offer so quoted by
the bidder shall be inclusive of all other charges & expenses required for completion of the subject
assignment.
APPENDIX – ‘E’
Service and Facilities Provided by the Employer
Not applicable
APPENDIX – ‘F’
Deleted
APPENDIX – ‘G’
Tender Notice with Addendum, Corrigendum’s / modifications / corrections , CSD as per pre bid
meeting , Letter of intent, Letter of acceptance, Work order Letter of power of attorney
Consultants Offer Letter of Power of Attorney etc.
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of
execution. Foreign companies submitting Tenders are required to follow the applicable law in their
country)
All the terms used herein but not defined shall have the meaning ascribed to such terms under
the Tender Documents.
Signed by the within named
[Insert the name of the executant company]
through the hand of
Mr.
MMRDA/MPIU/ML6/CA-208 Page 107A
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line 6 (Swami
Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Notes:
1. 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
executant(s) and the same should be under common seal of the executant affixed in
accordance with the applicable procedure. Further, the person whose signatures are to be
provided on the power of attorney shall be duly authorized by the executant(s) in this
regard.
2. In the event, power of attorney has been executed outside India, the same needs to be
notarized by a notary in the home country of company executing this power of attorney
and legalized by the Indian Embassy there. However, in case such company is from a
country which has signed The Hague Legislation Convention 1961, then the said power
MMRDA/MPIU/ML6/CA-208 Page 107B
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line 6 (Swami
Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
CONTRACT MMRDA/MMRP/ML-6/CA208
Instructions to Tenderers
1. This deed of Guarantee made this day of ………………. (Month & year) between Bank of………………….
…………. (Hereinafter called the “Bank”) of the one part, and Mumbai Metropolitan Region
Development Authority (MMRDA) (hereinafter called “the Employer”) of the other part.
2. Whereas Mumbai Metropolitan Region Development Authority (MMRDA) has awarded the contract
for …………… (Name of work as per Clause 1 of NIT) (Hereinafter called the contract) to
…………………………… (Name of the Contractor) hereinafter called 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 `………………… (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 and 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 must
be for at least 6-months (six months) longer than the anticipated expiry date of defect liability period
as stated in Clause 41 of the “Instruction of Bidder”.)
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 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.
(a) Our liability under this Bank Guarantee shall not exceed Rs.…………(Rupees……… )
(b) This Bank Guarantee shall be valid up to …………….and shall be payable at Mumbai only.
(c) Deleted.
(d) Further, a claim period of 12 months after the validity period is available to you to make a
demand under the Bank Guarantee, we are liable to pay up to the guarantee amount if
and only if we received from you a written claim or demand within the validity period of
the Bank Guarantee as above or within claim period i.e. on or before date…………, if any,
and the guarantee amount shall be payable at Mumbai only.
In witness, whereof I/We of the bank have signed and sealed this guarantee on the …………. day of ……………
(Month & year) being herewith duly authorized.
Name : …………………………….
Designation : …………………………….
Signed, sealed and delivered for and on behalf of the Bank by the above named ………………. in the presence
of:
Witness 1. Witness 2.
SECTION-VI
ANNEXURES
ANNEXURE III
LIST OF SIMILAR WORKS COMPLETED IN THE LAST 7 YEARS BEFORE THE BID DUE DATE
Sr. Name and Cost of Name Date of Time Likely date Clients
No. type of Works and award limit of Certificate
project, (Rs. address completion attached
state, Lakhs) of client (Yes / No)
location
a. Experience as Design Consultant including preparation of designs / Proof checking of
Designs of successfully completed similar work(s) during last seven years as on Bid
Due Date.
1
2
3
b. Experience as General Consultant including technical supervision, contract management,
monitoring, quality assurance and other allied services of successfully completed similar
work(s) during in the last seven years as on Bid Due Date
1
2
3
The information mentioned in table above shall be provided for the purpose of the fulfilling each
of the criteria mentioned in the eligibility criteria at ITB I-B in the bid document.
ANNEXURE IV - Deleted
FINANCIAL PROPOSAL
Estimate of costs
Construct
Key Personnel Position Rate per Total Amount
No. persons
DLP
ion
person Man
per Month
month
Minimum Key professional staff
Team Leader (Depot
1 1 1 30 0 30
Expert) K1
2 Chief Resident Engineer K2 2 1 30 4 34 64
Track & Alignment K2
3 1 1 30 0 30
Expert
4 Sr.Architect K2 1 1 18 0 18
5 Structural Engineer K2 1 1 18 0 18
6 Quality Control Engineer K2 1 1 30 0 30
7 Contract specialist K2 1 1 18 0 18
8 Safety Engineer K2 1 1 30 0 30
Geotechnical/Foundation
9 K2 1 1 18 0 18
Engineer
10 Environmental Expert K2 1 1 30 0 30
11 Interface Manager K2 1 1 30 0 30
Total Man Months of Key Professional Staff: 286 316
Support Staff
1 Quantity surveyor K4 1 1 30 0 30
2 Structural Engineer K4 2 1 30 0 30 60
3 Jr. Quantity surveyor K5 2 1 30 0 30 60
4 CAD Operator K5 1 1 30 0 30
Jr. Quality Control K5
5 2 1 30 0 30 60
Engineer
6 Surveyor K5 1 1 30 0 30
Construct
Key Personnel Position Rate per Total Amount
No. persons
DLP
ion
person Man
per Month
month
7 Lab technician K6 1 1 30 0 30
Field Engineer /Site K5
4 1 30 12 42 132
Engineer
Field Engineer / Safety K5
8 2 1 30 0 30 60
Engineer
Field Engineer / Quality K5
1 1 30 0 30
Engineer
9 Utility Engineer K5 1 1 30 0 30
10 Track engineer K5 1 1 30 0 30
11 Architect K5 2 1 30 0 60
12 Documentation expert K6 1 1 30 0 30
Total Man Months of Supporting Staff: 432 672
(In
Words)_____________________________________________________________________________________________________
_______
Our Lump sum Fee is Rs. __________________ as mentioned in detailed tender notice.
ANNEXURE VI
LIST OF BANKS
LIST OF BANKS FOR ISSUING OF BANK GUARANTEE FOR TENDER SECURITY (EMD) &
PERFORMANCE BANKGAURANTEE (PBG).
Nationalized Banks
UCO Bank
ANNEXURE-VII
FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY STAFF OF THE GROUP
Key Qualifications:
Give an outline of staff member’s experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant previous
assignment and give dates and locations. (Use up to half a page)
Employment record: Starting with present position, list in reverse
order, every employment held. List all
positions held by staff member since
graduation, giving dates, names of
employing organization, title of positions
held and location of assignments. For
experience in last seven years, (indicate the
name of the city and the country –
developed/developing) also give types of
activities performed and Employer
references, where appropriate. (Use up to
three quarters of a page)
Language Skills:
MMRDA/MPIU/ML6/CA-208 Page 116
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this
CVcorrectly describes myself, my qualifications, and my experience.
{Day/month/year}
{Day/month/year}
Date
ANNEXURE- VIII
S.N Name Proposed Whethe Academic Firm to Age (years) Relevant Total
of Position r under Qualifications whom as on date Experience Experience
Key K1/K2 belongs of (years) (years)
Staff to Application
ANNEXURE -IX
Sr. No Name
Position Task
assignment
1.
2.
3.
4.
( c ) Supporting professional Staff
1.
2.
3.
4.
ANNEXURE -X
APPENDIX XI
The Details of our debarment are as under (to be filled only if applicable): -
Name of agency/institution (which has taken decision of debarment/blacklisting):
I / we shall intimate/apprise MMRDA of any debarment / blacklisting for suspension of business by Central
Government/ State Government/MMRDA / any other Metro Implementation Organization (100% owned
by Govt.) / Ministry of Housing & UrbanAffairs / Ministry of Commerce (Order), applicable for all Ministries,
Public Sector Undertaking in India or an International Funding Institution that comes into effect from the
present date (i.e. date of signing of this declaration) to date of finalization of General Consultancy Contract
for Depot and Essential Staff Quarters for Mumbai Metro Rail Metro Line 6 of MMRDA.
The undersigned understands and agrees that further qualifying information may be requested and agrees
to furnish any such information at the request of MMRDA.
Yours faithfully,
Full
(Authorized
Representative)
NOTE:
1. In case of JV/Consortium, the undertaking shall be submitted by each member of the
JV/Consortium.
Appendix XII
Consultancy Works Done During the Latest Last Five Financial Years
1 2 3 4 5 6 7
Total value of
Consultancy
works done as
per audited
financial
statements
NOTE:
1. Attach attested copies of the Audited Financial Statements of the last five financial years
as Annexure.
2. All such documents reflect the financial data of the tenderer and not that of sister or
parent company.
3. The financial data in above prescribed format shall be certified by Chartered Accountant
/ Company Auditor in original under his signature, stamp and with membership number
and UDIN number.
4. Historic financial statements must be complete, including all notes to the financial
statements.
5. Foreign applicants, in whose country calendar year is also the financial year, may submit
all relevant data for the last 5 years i.e.2018, 2019, 2020, 2021 and 2022.
6. The above financial data will be updated to 31.08.2023 price level assuming 5% inflation
for Indian Rupees every year and 2.0% for foreign currency portions per year. The
exchange rate of foreign currency shall be applicable 28 days before the submission date
of tender.
AppendixXIII
Details of Consultancy Works in Hand
As on 31.08.2023
Total
Note:
The financial data in above prescribed format shall be certified by Chartered Accountant /
Company Auditor in original under his signature & stamp with membership number and UDIN
number.
Appendix XIV
Financial Data
Note:
The financial data in above prescribed format shall be certified by Chartered Accountant / Company
Auditor in original under his signature & stamp with membership number and UDIN number.
Attach copies of the audited balance sheets, including all related notes, income statements
for the last five audited financial years, as indicated above, complying with the following
conditions.
1. All such documents reflect the financial data of the Applicant, and not sister or Parent
Company.
3. Historic financial statements must be complete, including all notes to the financial
statements.
4. Foreign applicants, in whose country calendar year is also the financial year, may
submit all relevant data for the last 5 years i.e.2018, 2019, 2020, 2021 and 2022.
6. This above annexure shall be duly certified by Chartered Accountant / Company Auditor
in original under his signature, stamp and with membership number and UDIN number.
7. Incase the Liquidity is inadequate, the tenderer may submit banking reference to
establish that they have access to the required working capital.
Appendix XIVA
Undertaking for Financial Stability
We do hereby undertake that we have not suffered bankruptcy/insolvency during the last 5
years.
_________________________________________________________________________________
Note:
Appendix XV
Work Experience
Employer’s Name
Employer’s Address:
Telephone / Fax number:
E Mail
Role in Contract
(Individual/JV-Consortium Individual JV Member
member)
NOTE:
1. Only the value of contract as executed by the applicant/member in his own name should be
indicated. Where a work is undertaken by a group, only that portion of the contract which is
undertaken by the concerned applicant/member should be indicated and the remaining done by
the other members of the group be excluded. This is to be substantiated with documentary
evidence (should include complete details about the project like Name of project, Contract No.,
services provided, nature of work, similar cost works and etc) which clearly mentioned the amount
for the work(s) submitted in support of work experience.
2. Separate sheet for each work along with Clients Certificate to be submitted.
NOTE:-
1. In case the work was done as JV/Consortium, only the value of work done by the applicant as per
his Percentage participation must be given.
2. Reasons of delay whether on consultant account or on account of Employer in each applicable
case need to be enclosed separately.
Appendix XVI
Undertaking For Not Being Penalized in a Contract
We do hereby undertake that we have not paid liquidated damages of 5% (or more) of the
contract value in a contract due to delay or penalty of 5% (or more) of the contract value due
to any other reason during last five years.
_____________________________________________________________________________
Note:
Appendix XVII
COVENANT OF INTEGRITY
(To the Promoter from a Bidder, Contractor, Supplier or Consultant to be attached to its Tender (or
to the Contract in the case of a negotiated procedure)
“We declare and covenant that neither we nor anyone, including any of our directors,
employees, agents, joint venture partners or sub-contractors, where these exist, acting on our
behalf with due authority or with our knowledge or consent, or facilitated by us, has engaged,
or will engage, in any Prohibited Conduct (as defined below) in connection withthe tendering
process or in the execution or supply of any works, goods or services for [specify the contract or
tender invitation] (the “Contract”) and covenant to so inform you if any instance of any such
Prohibited Conduct shall come to the attention of any person in our organization having
responsibility for ensuring compliance with this Covenant.
We shall, for the duration of the tender process and, if we are successful in our tender, forthe
duration of the Contract, appoint and maintain in office an officer, who shall be a person
reasonably satisfactory to you and to whom you shall have full and immediate access, having
the duty, and the necessary powers, to ensure compliance with this Covenant.
If (i) we have been, or any such director, employee, agent or joint venture partner, where this
exists, acting as aforesaid has been, convicted in any court of any offence involving aProhibited
Conduct in connection with any tendering process or provision of works, goods or services
during the five years immediately preceding the date of this Covenant, or (ii) any such director,
employee, agent or a representative of a joint venture partner, where this exists, has been
dismissed or has resigned from any employment on the grounds of being implicated in any
Prohibited Conduct, or (iii) we have been, or any of our directors, employees, agents or joint
venture partners, where these exist, acting as aforesaid has beenexcluded by any major Multi-
lateral/Bi-lateral Development Bank/ Agency including World Bank Group, African
Development Bank, Asian Development Bank, European Bank for Reconstruction and
Development, European Investment Bank or Inter-American Development Bank, KFW
Germany etc. from participation in a tendering procedure on thegrounds of Prohibited Conduct,
we give details of that conviction, dismissal or resignation,or exclusion below, together with
details of the measures that we have taken, or shall take,to ensure that neither this company
nor any of our directors, employees or agents commitsany Prohibited Conduct in connection
with the Contract [give details if necessary].
In the event that we are awarded the Contract, we grant the Project Owner, the funding agency
and auditors appointed by either of them, as well as any authority or institution or body having
competence under applicable law, the right of inspection of our records and those of all our
sub-contractors under the Contract. We accept to preserve these records generally in
accordance with applicable law but in any case for at least six years from the date of substantial
performance of the Contract.”
For the purpose of this Covenant, Prohibited Conduct includes,
• Corrupt Practice is the offering, giving, receiving or soliciting, directly or
indirectly, anything of value to influence improperly the actions of another party.
• Fraudulent Practice is any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligations.
• Coercive Practice is impairing or harming, or threatening to impair
MMRDA/MPIU/ML6/CA-208 Page 130
MMRDA/MPIU/ML6/CA-208: Appointment of General Consultant (GC) for civil works of Depot and Essential Staff Quarters for Metro Line
6 (Swami Samarthnagar to Vikroli (EEH)) of Mumbai Metro Rail Project of MMRDA at Kanjurmarg”
• Terrorist Financing
• Project Owner means the person designated as such
in the tender documents orthe Contract.
SECTION-VII
INDEX PLAN