Top Banner
Page 1 of 15 NOTICE INVITING TENDER (NIT) TENDER No.DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WESTCLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND MAINTENANCE OF 16-22 SEATERLOW FLOOR AC ELECTRIC(BATTERY OPERATED)BUSES DELHI METRO RAIL CORPORATION LTD. 5 th FLOOR, A-WING, METRO BHAWAN, FIRE BRIGADE LANE, BARAKHAMBA ROAD, NEW DELHI 110001
344

NOTICE INVITING TENDER (NIT) - AWS

Mar 11, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: NOTICE INVITING TENDER (NIT) - AWS

Page 1 of 15

NOTICE INVITING TENDER (NIT)

TENDER No.DMRC/OPERATIONS/FBS-02/2018

PROVISION OFFEEDER SERVICES UNDER

WESTCLUSTERFOR LAST MILE CONNECTIVITY

WITHPROCUREMENT, OPERATION AND

MAINTENANCEOF 16-22 SEATERLOW FLOOR AC

ELECTRIC(BATTERY OPERATED)BUSES

DELHI METRO RAIL CORPORATIONLTD.

5thFLOOR, A-WING, METRO BHAWAN, FIRE BRIGADELANE, BARAKHAMBA ROAD, NEW DELHI 110001

Page 2: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 2 of 15

INDEX

CLAUSE DESCRIPTION PAGE NO.1.1 GENERAL 31.1.2 KEY DETAILS 31.1.3 QUALIFICATION CRITERIA 41.1.3.1 ELIGIBLE BIDDER 41.1.3.2 MINIMUM ELIGIBILITY CRITERIA 6

- INSTRUCTIONS FOR ONLINE BID SUBMISSION 11

Page 3: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 3 of 15

NOTICE INVITING TENDER (NIT)

1.1 GENERAL

1.1.1 Name of Work:Delhi Metro Rail Corporation (DMRC) Ltd. invites online open e-tenders from eligibleapplicants, who fulfil qualification criteria as stipulated in Clause 1.1.3 of NIT, for the work: Provisionof Feeder Services underWestClusterfor last mile connectivity with procurement, operationand maintenance of 16-22 seaterlow floor AC Electric(Battery Operated) Buses.

Delhi Metro Rail Corporation Ltd. is a Joint Venture of Govt. of India and Govt. of National CapitalTerritory of Delhi with equity participation. Presently, it has a network metro route of 288Kms with208metro stations.Last mile connectivity is a critical component for provision of an effective integrated public transport.It is essentially required to promote the use of public transport and to provide speedy & easy accessto metro stations and to transit point / destination. With this objective, Delhi Metro Rail CorporationLtd (DMRC), at the behest of STA, GNCTD, has been providing feeder services to & fro metrostations. Various last mile connectivity modes includes feeder buses, e-rickshaws, cycle sharingservices, etc. In order to provide further comfort to the passengers and to simultaneously contributeto the environment, DMRC is planning to introduce Air ConditionedCNG and Electric bus services onfeeder routes.In order to facilitate the passenger for last mile connectivity, DMRC intends to provide feederservices underWest clusterby way of Air ConditionedElectric buses. In this regard bids are solicitedfrom interested Applicants who shall be responsible to Procure99(Ninety Nine)Electric(batteryoperated,7-8 Meters length, 16-22 seater, low floor, Air Conditioned buses);specifications given in Employer’s Requirement), to Operate & Maintain the same . For the purpose,Delhi Metro Rail Corporation Ltd. floats this open e-Tender to select a bidder, who would beentrusted with the following tasks: -

To procure, operate & maintain 99 (Ninety Nine),lowfloor,Air-ConditionedElectricBuses. To procure, install, commission, operate & maintain battery charging Infrastructure for these

99 (Ninety Nine) Air-Conditioned Battery Operated Buses in the depot To develop bus depot infrastructure for repair and maintenance of buses on land/plot

provided by DMRC at Nangloi, Shadipur and Punjabi BaghEast as per appendix-35 of SCC. To procure, install, commission, operate& maintain auto bus washing/ cleaning plant and

requisite tools, equipment, machinery for repair and maintenance of buses in depot providedby DMRC at Nangloi, Shadipur and Punjabi Bagh Eastas per layout plan enclosed atAppendix-35 of SCC.

For accomplishing the work, the bidder will be compensated by monthly payment on Gross CostContract Model.The bidders are requested to familiarise themselves regarding subsidy available under FAMEscheme and also requested to note the contents of para 1.8.9 to 1.8.9.4 of Employer’sRequirement, while quoting the rates in BOQ.Interested bidders, as per terms of eligibility given in this Tender Document, are requested to submittheir bids for evaluation by DMRC for assessment of their capabilities (Technical and Financial) forprovision of above-mentioned services. The proposal shall be submitted in two package system i.e.Technical Bid and Financial Bid separatelyon https://eprocure.gov.in/eprocure/appwith supportingdocuments as provided in Instruction to Tenderers of this Tender Document.

Page 4: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 4 of 15

1.1.2 KEY DETAILSThe key details are as follows: -

a. Approximate Cost of work Rs.588.65 Crores (Inclusive of 18% GST)

b. Tender Security*(Earnest Money Deposit)

Amount of Tender Security:- Rs.5.88 Crores

Validity of Tender Security in case of BG/ FDR: 19.03.2019

Tender Security in case of BG, FDR, Demand Draft, Banker’s Cheque (inoriginal) as per clause C18 of ITT shall be accepted only up to 1500 hrs on23.07.2018 in the office of Chief General Manager/Contracts at the addressmentioned hereinafter.

In case of RTGS/NEFT/IMPS transactions, bidders shall upload the scannedcopies of transaction of payment of tender security / EMDincluding e-receiptatthe time of online bid submission. The Tender Reference Number i.e. FBS-02/2018shall be clearly entered in remarks/descriptions at the time of onlinetransaction of payment, failing which payment may not be considered.Thedetail of bank account of DMRC is mentioned below this table.

c. Period of work 10 Years from commencement date of services (COD) as mentioned inappendix 34 of SCC, with provision of extension by 2 years based onmutualconsent.

d. Tender Document on sale From 15.06.2018 to 23.07.2018 (upto 15:00 hrs) on e-tendering websitehttps://eprocure.gov.in/eprocure/app.

e. Cost of Tender Documents*

(Non-Refundable)

INR 23,600/- (inclusive of 18% GST) Non-Refundable (Payment to be madeonly by RTGS, NEFT & IMPS.No other mode of payment will be accepted.)The details of bank account of DMRC are mentioned below. The bidders shallupload scanned copies of transaction of payment of tender cost including e-receiptat the time of online bid submission.The Tender Reference Number i.e.FBS-02/2018shall be clearly entered in remarks/descriptions at the time ofonline transaction of payment, failing which payment may not be considered.

f. Last date of SeekingClarification

03.07.2018 (Upto 17:00 Hrs)(Queries from bidders after due date shall not beacknowledged)

g. Pre-bid Meeting 05.07.2018 at 11:00Hrsh. Last date of issuing

amendment, if any12.07.2018

i. Date and time of submissionof Tender online

Tender submission start date: 13.07.2018 from 11:00 HrsTender submission end date: 23.07.2018 upto 15:00 Hrs

j. Date & Time of opening ofTender (Technical Bid)

24.07.2018 at 15:00 Hrs.

k. Authority and place forsubmission of tender cost &Tender Security (EMD),seeking clarifications ontender documents and prebid meeting

CGM/Contracts,Delhi Metro Rail Corporation Ltd.5th Floor, A-Wing, Metro Bhawan,Fire Brigade Lane, Barakhamba Road,New Delhi –110001Tel : 011-23415838

m Date & Time of opening ofFinancial Bid

Will be informed later on, e-procurement site after the evaluation of TechnicalBids (Only to the Bidders who will successfully qualify the TechnicalEvaluation)

n) Validity of Tender 180 days from the last date of submission of tender

Page 5: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 5 of 15

o) Date of Commencement ofservices( COD)

Starting from6 months from the date of issue of LOA as mentioned inappendix 34 of SCC.

To facilitate payment of Tender Fee and Tender Security through RTGS, NEFT & IMPS, the details of bankaccount of DMRC is mentioned below:

Name of Bank Bank’s Address Account Name & No. Account Type IFSC code

Punjab NationalBank

ECE House Branch,Connaught Place, New

Delhi-110001

DMRC Ltd. O&MExpenditure A/C,

1120005800000032Current PUNB0112000

1.1.3 QUALIFICATION CRITERIA1.1.3.1 ELIGIBLE APPLICANT

i) The tenders for this contract will be considered only from those Bidders who meet requisite eligibilitycriteria prescribed in the sub-clauses of Clause 1.1.3 of NIT. In the case of a JV or Consortium, allmembers of the Group shall be jointly and severally liable for the performance of whole contract.

ii) a) A non-Indian firm is permitted to tender only in a joint venture or consortium arrangement with anyother Indian firm having minimum participation interest of 26% or their wholly owned Indian subsidiaryregistered in India under Companies Act-1956 with minimum 26% participation.

b) A Bidder shall submit only one bid in the tendering process, either individually as a Bidder or as apartner of a JV/Consortium. A Bidder who submits or participates in more than one bid will cause all ofthe proposals in which the Bidder has participated to be disqualified. No Bidder can be a sub-contractor while submitting a bid individually or as a partner of a JV/Consortium in the same biddingprocess. A Bidder, if acting in the capacity of sub-contractor in any bid, may participate in more thanone bid, but only in that capacity.

iii) Bidders shall not have a conflict of interest. All Bidders found to have a conflict of interest shall bedisqualified. Bidders shall be considered to have a conflict of interest with one or more parties in thisbidding process, if: -a) A Bidder has been engaged by the Employer to provide consulting services for the preparation

related to procurement for on implementation of the project; orb) A Bidder is any associates/affiliates (inclusive of parent firms) mentioned in sub-paragraph (a)

above; orc) A Bidder lends, or temporarily seconds its personnel to firms or organizations which are

engaged in consulting services for the preparation related to procurement for animplementation of the project, if the personnel would be involved in any capacity on the sameproject.

iv) A firm, who has purchased the tender document in their name, can submit the tender either asindividual firm or in Joint Venture/Consortium.

v) a) DMRC / any other Metro Organization (100% owned by Govt.) / Ministry of Housing & Urban Affairs /any govt. Department/ or any PSUs/Order of Ministry of Commerce, applicable for all Ministries mustnot have banned business with the Bidder (including any member in case of JV/consortium) as on thedate of tender submission. The Bidder should submit undertaking to this effect in Appendix-19 of Formof Tender.

v) b) Also no contract of the Bidderof the value more than 10% of NIT cost of workexecuted eitherindividually or in a JV/Consortium, should have been rescinded / terminated by DMRC / any otherMetro Organisation (100% owned by Govt.)/any govt. department / or any PSUs after award duringlast 3 years (from last day of the previous month of tender submission) due to non-performance of theBidder or any of JV/Consortium, members. The Bidder should submit undertaking to this effect inAppendix 19of form of Tender.

Page 6: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 6 of 15

v) c) The overall performance of the tenderer (all members in case of JV/Consortium separately) shall beexamined for all the ongoing Bus Services OR Stage Carriage/Contract CarriageServicesofvaluemore than 40% of NIT Cost and also for all the completedBus Services OR StageCarriage/Contract Carriage Services worksawarded by DMRC/ any other Metro Organisation (100%owned by Govt.)/ any govt. Department/ or any PSUs of value more than 40% of NIT Costwithin lastoneyear (from the last day of the previous month of tender submission), executed either individually or ina JV/Consortium. The tenderer shall provide list of all such works in the prescribed Performa given inAppendix-19A of the Form of Tender. The tenderer (all members in case of JV/Consortium separately)may either submit satisfactoryperformance certificate issued by the Client / Employer for the works orgive an undertaking regarding satisfactory performance of the work with respect to completion of work/execution of work (ongoing works) failing which their tender submission shall not be evaluated and thetenderer shall be considered non-responsive and non-compliant to the tender conditions. In case of non-submission of either satisfactory performance certificate from client / employer or undertaking ofsatisfactory performance of any of the above work, the performance of such work shall be treated asunsatisfactory while evaluating the overall performance of tenderer in terms of Note (b) of Appendix -19A. In case of performance certificate issued by the client, same should not be older than three months(from the last day of the previous month of tender submission for the ongoing works).

v) d) Bidder (including each member in case of JV/Consortium) for the works awarded by DMRC/any otherMetro Organisation (100% owned by Govt.)/ any govt. Department/ or any PSUs must have beenneither penalized with liquidated damages of 10% (or more) of the Contract Value due to delay norimposed with penalty of 10% (or more) of the contract value due to any other reason in any relatedworksof value more than 10% of NIT cost of workduring last three years. The Bidder should submitundertaking to this effect in the Appendix-20 of Form of Tender.

v) e) If the Bidder or any of the constituent ‘substantial member(s)’ of JV/Consortium does not meet thecriteria stated in the, Appendix-17, Appendix-17A & Appendix-17B, Appendix-19, Appendix-20.theBidder including the constituent ‘substantial member(s)’ of JV/Consortium shall be consideredineligible for participation in tender process and they shall be considered ineligible Bidders in terms ofClause 1.1.3.1 of NIT.

v) f) If there is any misrepresentation of facts with regard to undertaking submitted vide Appendix-19 ,Appendix-19A, Appendix-20 ,the same will be considered as “fraudulent practice” under Clause4.33.1 a (ii) of GCC and the tender submission of such Bidders will be rejected besides taking furtheraction as per Clause 4.33.1(b), (c) &13.2.1(k) of GCC.

vi) Bidder (each member in case of JV/Consortium) must not have suffered bankruptcy/ insolvency duringthe last 3 years. The Bidder should submit undertaking to this effect in the Appendix-21 of Form ofTender.

vii) LEAD MEMBER/NON SUBSTANTIAL MEMBER/ CHANGE IN JV/CONSORTIUMa) Lead member must have a minimum of 26% participation in the JV/Consortium.b) Member having less than 26% participation will be termed as non-substantial member and will

not be considered for evaluation which means that their financial soundness and workexperience shall not be considered for evaluation of JV/Consortium.

c) In case of JV/Consortium, change in constitution or percentage participation shall not bepermitted at any stage after their submission of tender otherwise the Bidder shall be treated asnon-responsive.

d) The Bidder, in case of JV/Consortium, shall clearly and unambiguously define the role andresponsibilities for each substantial/non-substantial member in the JV agreement/ MOUsubmitted vide foot note (d) of Appendix-6 of Form of Tender, providing clearly that any

Page 7: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 7 of 15

abrogation /subsequent re-assignment of any responsibility by any substantive/non-substantive member of JV/Consortium in favour of other JV/Consortium member or anychange in constitution of member of JV/Consortium (without written approval of Employer)from the one given in JV agreement/MOU at tender stage, will be treated, as ‘Breach ofContract Condition’ and/or ‘Concealment of Acts’ (as the case may be), vide GCC clause4.33.1 [a(ii) & (iii)] and acted accordingly.

e) The Employer in such cases, may in its sole discretion take action under clause 4.33.1(b)and/or under clause 4.33.1(c) of GCC against any member(s) for failure in Bidder’s obligationand declare that member(s) of JV/Consortium ineligible for award of any tender in DMRC ortake action to terminate the contract in part or whole under Clause 13 of GCC as the situationmay demand and recover the cost/damages as provided in Contract.

viii) a) Bidder (including any member in case of JV / consortium) has not been put on defaulter’s list of EPF /ESI / GST / Labour Deptt. etc during the last three years (upto the last day of the previous month oftender submission). The Bidder should submit an undertaking to this effect in Appendix-27 of Form ofTender.

viii) b) Bidder (including each member in case of JV/consortium) should not be involved in any illegal activityand/or has not been charge sheeted for any criminal act during last three years(from the last day of theprevious month of tender submission). The Bidder should submit undertaking to this effect in theAppendix-27 of Form of Tender.

viii) c) Deleted.

1.1.3.2 MINIMUM ELIGIBILITY CRITERIAA. BIDDER’S COMPOSITION

The Biddercan be either of the followingi) Operator having authorization from Original ElectricBus Manufacturer meeting the

specifications prescribed in Employer’s Requirement - Appendix-29 can participatewithundertaking as per prescribed format given in Form of Tender - Appendix-10A either as asingle entity or in JV/Consortium.Requirement of operational experience for operator isdefined in clause 1.1.3.2 B below.

Or,

ii) An Original Electric Bus Manufacturer (OEM)* meeting the specifications prescribed inEmployers Requirement-Appendix-29, can participate either as a single entity or inJV/Consortium.

An Original Electric Bus Manufacturer (OEM) shall be a registered Bus Manufacturer with design andbus manufacturing facilities and should have supplied at least 200 Electric buses over the last fivefinancial years including the financial year 2017-18. In this regard OEM has to submit undertakingand documents as per the Appendix-17C of FOT.

B. OPERATIONAL EXPERIENCE CRITERIAi) Minimum Operational Experience of the Bidder shall be 446 Passenger Car Unit Years during

the last three Years (upto the last day of the previous month of tender submission).ii) The following categories of experience would be considered for working out operation

experience: -Category-1Stage Carriage (e.g. Standard Bus /Midi bus/Mini Bus / Rural Transport Vehicle (RTV))operation with requisite valid Permits to operate inIndia.

Page 8: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 8 of 15

Category-2Contract Carriage (e.g.Standard Bus /Midi bus / Mini Bus / RTV / Cabs / Taxi / Van / Jeep)operations with requisite valid Permits to operate inIndia.Category-3Stage / Contract Carriage with requisite valid Permits issued by appropriate authority fromoutside India under equivalentlaw.

iii) Basedonthe Category ofexperience,relativeweightsshallbeassignedasset out hereunder for thepurpose of calculations of operational experience in terms of passenger car unit years

Category Measurement Parameter Experience WeightCategory-1 Stage Carriage operation experience in India 1.00Category-2 Contract Carriage operation experience in India 0.80

Category-3 Stage Carriage / Contract Carriage operationexperience outside India

0.80

iv) In casetheBidderhasexperienceinmorethanoneCategory,theexperienceforeach Category would becomputed and aggregated to arrive at the total Operational Experience.

v) Bidderneeds to submit documents in respect of Operational Experience under any one or all thecategories. In case the bidder is aJV / Consortium, full value of the work, if done by the same jointventure shall be considered. However, if the qualifying work(s) were done by them inJV/Consortium having different constituents, then the value of work as per their percentageparticipation in such JV/Consortium shall be considered.This is to be substantiated withdocumentary evidence such as Client/Completion certificate, permit

Based on the type of vehicle following PCU factors are to be used for working out operationalexperience in terms of PCU years.

Type PCU FactorBus (Standard) 3.00Midi Bus 2.25Mini Bus 1.50RTV 1.50Car / Cabs 1.00Taxi / Van / Jeep 1.00

* Type of vehicles shall be as per Urban Bus Specifications, wherever specified, or asspecified in the enclosed Permit.

vi) Experience Score in terms of PCU years for a given Category [refer Clause B.(i) above] will beworked out as

=Number of Vehicles XExperience Weight as per applicable category [refer table at iii) above]XPCU Factor (refer table at v) above] X No. of Months of operations /12 months

Note: -Example for calculating the Operational Experience is set out in the following Table: -

Page 9: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 9 of 15

TypeNo.

ofvehicleswith Permit

PCUFactor for

Vehicle

ExperienceWeight as per

category ofExperience

No. of Months inOperation (1.4.15

to 31.3.18)Total PCU Years

1 2 3 4 5 6=(2x3x4x5)/12Category 1

Bus(Standard) 35 3.00 1.00 24 210.00Midi Bus 25 2.25 1.00 24 112.50Mini Bus 10 1.50 1.00 20 25.00

Category 2Bus (Standard) 10 3.00 0.80 12 24.00Mini Bus 5 1.50 0.80 8 4.00Cab 50 1.00 0.80 12 40.00Taxi 10 1.00 0.80 18 12.00Van 2 1.00 0.80 5 0.67Jeep 1 1.00 0.80 6 0.40RTV 1 1.50 0.80 3 0.30

OPERATIONAL EXPERIENCE (SUM OF TOTAL PCU YEARS) 428.87

NOTE: The bidder is required to submit the self attested copy of permit:

vii) The Bidders must provide the necessary information as per Appendix-17, Appendix-17Aand Appendix-17B. Operational Experience for each Bidder shall be calculated based onsubmissions madebytheBidder.The Bidder shall be deemed to qualify on OperationalExperienceCriteria where Calculated Operational Experience is more than or equal to theMinimum Operational Experience i.e. 446 passenger car unit years.

C. FINANCIAL STANDING: Bidders will be qualified only if they have minimum financial capabilities asbelow:-

i) T1 (LIQUIDITY)It is necessary that the Bidder can withstand cash flow that the contract will require untilpayments received from the Employer. Liquidity therefore becomes an importantconsideration.

This shall be seen from the last audited balance sheets and/or from the banking reference. Netcurrent assets and/or documents including banking reference (as per proforma given inAppendix-23 of Form of Tender), should show that the applicant has access to or hasavailable liquid assets, lines of credit and other financial means to meet cash flow of Rs.36.12crore for this contract, net of applicant’s commitments for other contracts. Banking referenceshould contain in clear terms the amount that bank will be in a position to lend for this work tothe bidder/member of the Joint Venture/Consortium. In case the Net Current Assets (as seenfrom the Balance Sheets) are negative, only the Banking references will be considered.Otherwise the aggregate of the Net Current Assets and submitted Banking references will beconsidered for working out the Liquidity.The banking reference should be from a Scheduled Bank in India and it should not more than3 months old as on date of submission of bids.The Banking Reference should be on the letter head of the Bank and in the format asprovided in Appendix-23.

Page 10: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 10 of 15

In Case of JV- Requirement of liquidity is to be distributed between members as per theirpercentage participation and every member should satisfy the minimum requirement.

Example:-Let Member-1 has percentage participation =M and Member-2 has percentage participation =N.

If minimum liquidity required is ‘W’ then liquidity of Member-1≥ WM/100 and liquidity ofMember-2 ≥ WN/100

ii) T2 (Profitability)Profit before Tax should be positive in at least 1 (one) year, out of the last three auditedfinancial 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 ≥ Rs 11.77 crore.

In case of JV- Net Worth will be based on the percentage participation of each Member.

Example:-Let Member-1 has percentage participation = M and Member-2 has = N. Let the Net worth ofMember-1 is A and that of Member-2 is B, then the Net worth of JV should be = (AM+BN)/100.

iv) T4- Annual Turnover: The average annual turnover of the Bidder during last 3 auditedfinancial years should be ≥ Rs 47.09 crore. The average annual turnover of JV will be basedon percentage participation of each member.

Example: -Let Member-1 has percentage participation = M and Member-2 has percentage = N. Let theaverage annual turnover of Member-1 is A and that of Member-2 is B, then average annualturnover of JV should be = (AM+BN)/100.

Notes: - Financial data for last three audited financial years has to be uploaded by the Bidder in Appendix-

18 of Form of Tender along with audited balance sheets. The financial data in the prescribedformat shall be certified by Chartered Accountant with his stamp and signature. In case auditedbalance sheet of the last financial year is not made available by the bidder, he has to submit anaffidavit [as per format provided in Appendix-18Ato Form of Tender (FOT)]certifying that ‘theBalance Sheet has actually not been audited so far’. In such a case the financial data of previous‘2’ Audited Financial Years will be taken into consideration for evaluation. If Audited BalanceSheet of any other year than the last year is not uploaded, the tender may be considered as non-responsive.

1.1.3.2.1 BID CAPACITY: Deleted

1.1.3.3 The tender submission of Bidders, who do not qualify the minimum eligibility criteria stipulated in theclauses 1.1.3.2 above, shall not be considered for further evaluation andshall be rejected. The merefact that the Bidder is qualified as mentioned in sub-clause 1.1.3.2 shall not imply that his bid shall

Page 11: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 11 of 15

automatically be accepted. The same should contain all technical data as required for consideration oftender prescribed in the ITT.

In case of mismatch in financial data in the submitted documents i.e. in CharteredAccountant certified documents and data in audited balance sheet, the data from the auditedbalance sheets shall prevail.

1.1.4 Tender document consists of the following: -a) Notice Inviting Tender (NIT)b) Instructions to Bidders (including Annexures) [ITT]c) Form of Tender (Including Appendices) [FOT]d) Employer’s Requirement(Including Appendices) (ER)e) General Conditions of Contract (GCC)f) Special Conditions of Contract(Including Appendices) (SCC)g) Tender Drawingsh) Financial Bid (BOQ)

1.1.5 Bidders may obtain further information / clarification, if any, in respect of these tender documents fromthe office of CGM/Contracts, Delhi Metro Rail Corporation Ltd., 5thFloor,A-Wing, Metro Bhawan, FireBrigade Lane, Barakhamba Road, New Delhi-110001.

1.1.6 All Bidders are hereby cautioned that tenders containing any material deviation or reservations asdescribed in Clause E4.4 of ITT and/or minor deviation without quoting the cost of withdrawal shall beconsidered as non-responsive and is liable to be rejected.

1.1.7 The intending Bidders must be registered on e-tendering portal https://eprocure.gov.in/eprocure/app.Those who are not registered on e-tendering portal shall be required to get registered before-hand.After registration, the Bidder will get USER ID and PASSWORD. On login, Bidder can participate inthe tendering process and can witness various activities of the process.

1.1.8 The authorized signatory of intending Bidder, as per Power of Attorney (POA), must have valid Class-II or Class-IIIDigital Signature. The Tender Document can only be downloaded from e-tendering portalusing Class-II or Class-III Digital Signature. However, the Bidder shall upload their tender onhttps://eprocure.gov.in/eprocure/app using Class-II or Class-III digital signature of the authorizedsignatory only.

1.1.9 Tender submissions shall be done online on https://eprocure.gov.in/eprocure/app after uploading themandatory scanned documents towards cost of tender and towards Tender Security and otherdocuments as stated in the tender document. Instructions for online bid submission are furnishedhereinafter.

1.1.10 Submission of Tenders shall be closed on e-tendering website of DMRC at the date & time ofsubmission prescribed in NIT after which no tender shall be accepted.It shall be the responsibility of the bidder / Bidder to ensure that his tender is uploaded online on e-tendering website https://eprocure.gov.in/eprocure/app before the deadline of submission. DMRC willnot be responsible for non-receipt of tender documents due to any delay and/or loss etc.

1.1.11 Tenders shall be valid for a period of 180 days (both days inclusive i.e. the date of submission oftenders and the last date of period of validity of the tender) from the lastdate of submission of Tenderand shall be accompanied with a tender security of the requisite amount as per clause C18 of ITT.

Page 12: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 12 of 15

1.1.12 DMRC reserves the right to accept or reject any or all proposals without assigning any reasons. NoBidder shall have any cause of action or claim against the DMRC for rejection of his proposal.

1.1.13 Bidders are advised to keep in touch with e-tendering portal https://eprocure.gov.in/eprocure/app forupdates.

1.1.14 Letter of Acceptance to the successful bidder shall be uploaded on e-procurement portalhttps://eprocure.gov.in/eprocure/appwhich can be downloaded by the successful bidder.For anycomplaint, Bidder may contact the CVO, DMRC (email- [email protected] Phone No.011-23418406).

Page 13: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 13 of 15

INSTRUCTIONS FOR ONLINE BID SUBMISSION

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid DigitalSignature Certificates. The instructions given below are meant to assist the bidders in registering on the CPPPortal, prepare their bids in accordance with the requirements and submitting their bids online on the CPPPortal.

More information useful for submitting online bids on the CPP Portal may be obtainedathttps://eprocure.gov.in/eprocure/app.

REGISTRATION1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal

(URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrolment” on theCPP Portal which is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username and assigna password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the registrationprocess. These would be used for any communication from the CPP Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class-IIor Class-III Certificates with signing key usage) issued by any Certifying Authority recognized by CCAIndia (e.g. Sify / nCode / eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible toensure that they do not lend their DSC’s to others which may lead to misuse.

6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and thepassword of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by

several parameters. These parameters could include Tender ID, Organization Name, Location, Date,Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine anumber of search parameters such as Organization Name, Form of Contract, Location, Date, Otherkeywords etc. to search for a tender published on the CPP Portal.

2) Once the bidder has selected the tender they are interested in, they may download the requireddocuments / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. Thiswould enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is anycorrigendum issued to the tender document.

3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want toobtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS1) Bidder should take into account any corrigendum published on the tender document before submitting

their bids.2) Please go through the tender advertisement and the tender document carefully to understand the

documents required to be submitted as part of the bid. Please note the number of covers in which thebid documents have to be submitted, the number of documents including the names and content ofeach of the document that need to be submitted. Any deviations from these may lead to rejection of thebid.

3) Bidder, in advance, should get ready the bid documents to be uploaded as indicated in the tenderdocument / schedule and generally, they can be in PDF/XLS/RAR/DWF/JPG formats. Bid documentsmay be scanned with 100 dpi with black & white option which helps in reducing size of the scanneddocument.

Page 14: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 14 of 15

4) To avoid the time and effort required in uploading the same set of standard documents which arerequired to be uploaded as a part of every bid, a provision of uploading such standard documents (e.g.PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders canuse “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents.These documents may be directly submitted from the “My Space” area while submitting a bid, and neednot be uploaded again and again. This will lead to a reduction in the time required for bid submissionprocess.

SUBMISSION OF BIDS1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time

i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the

tender document.3) Bidder has to select the payment option as “offline” to pay the Tender Fee / EMD as applicable and

enter details of the instrument.4) Tender fee / Tender document cost: Bidder has to select the instrument type & enter the details of

transaction of payment of tender fee / tender document cost done by RTGS / NEFT / IMPS asapplicable and upload copy of transaction receipt as documentary proof for payment for further detailstenderer may refer clause C18.1 of ITT.

5) Tender Security / Earnest Money Deposit (EMD): Bidder should submit the EMD/Tender Security as perthe instructions specified in C18.3 of ITT in the tender document.

6) Bidders are requested to note that they should necessarily submit their Financial Bids in the formatprovided and no other format is acceptable. If the price bid has been given as a standard BOQ formatwith the tender document, then the same is to be downloaded and to be filled by all the bidders. Biddersare required to download the BOQ file, open it and complete the white coloured (unprotected) cells withtheir respective financial quotes and other details (such as name of the bidder). No other cells should bechanged. Once the details have been completed, the bidder should save it and submit it online, withoutchanging the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.

7) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard timefor referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The biddersshould follow this time during bid submission.

8) All the documents being uploaded by the bidders would be encrypted using PKI encryption techniquesto ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until thetime of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bitencryption technology. Data storage encryption of sensitive fields is done. Any bid document that isuploaded to the server is subjected to symmetric encryption using a system generated symmetric key.Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall,the uploaded tender documents become readable only after the tender opening by the authorized bidopeners.

9) The uploaded tender documents become readable only after the tender opening by the authorized bidopeners.

10) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in theportal), the portal will give a successful bid submission message & a bid summary will be displayed withthe Bid No. and the date & time of submission of the bid with all other relevant details.

11) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. Thisacknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS1) Any queries relating to the tender document and the terms and conditions contained therein should be

addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in thetender.

Page 15: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Cluster for last mileconnectivity with procurement, operation and maintenance of 16-22 seater low floor AC Electric(BatteryOperated) buses.

Page 15 of 15

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in generalmay be directed to the 24x7 CPP Portal Helpdesk.

3) For any Technical queries related to Operation of the Central Public Procurement Portal Contact at: -

Mobile Numbers: 91-7878007972, 91-7878007973, 91-7574889871, 91-7574889874, 91-8826246593,Tel: 24x7 Toll Free Telephonic Help Desk Number 1800-3070-2232. Other Tel: 0120-4200462, 0120-4001002. Email at [email protected].

Page 16: NOTICE INVITING TENDER (NIT) - AWS

Page 1

INSTRUCTION TO BIDDERS (ITT)

TENDER No.DMRC/OPERATIONS/FBS-02/2018

PROVISION OFFEEDER SERVICES UNDER

WESTCLUSTERFOR LAST MILE CONNECTIVITY WITH

PROCUREMENT, OPERATION ANDMAINTENANCE OF

16-22 SEATERLOW FLOOR AC ELECTRICALBUSES(BATTERY OPERATED)

DELHI METRO RAIL CORPORATION LTD.5thFLOOR, A-WING, METRO BHAWAN, FIRE BRIGADE

LANE, BARAKHAMBA ROAD, NEW DELHI 110001

Page 17: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 2

INDEX

Clause Description Page No.A. GENERAL

A1 General Description of work 03A2 Scope of Work 03A3 Eligible Bidders 03A4 Qualification of Bidders 03A5 One Tender per Bidder 03A6 Cost of Tendering 03A7 Site Visit 04

B. TENDER DOCUMENTSB1 Content of Tender Document 04B2 Content of supporting Documents 04B3 Clarification of Tender Documents 04B4 Amendment of Tender Documents 05

C. PREPARATION OF TENDERSC1 Language of Tender 05C2 Document Comprising the Tender 06C3 Form of Tender 08C8 Tender Programme 08

C10 Payment Schedule 08C12 Staffing schedule 08C13 Contractors Equipment 08C15 Pricing Document 09C16 Currencies of Payment and Tender 09C17 Tender Validity 09C18 Tender Security 09C19 Performance Guarantee, Undertaking and Warranties 11C20 Labour 11C21 Other Contractors 11C22 Insurance 11C23 Check List 11C24 Pre Tender/ Pre Bid Meeting 11C25 Format and Signing of Tender 12C27 Schedule of Payment 12

D. SUBMISSION OF TENDERD1 Sealing and Marking of Tender 12D2 Late / Delayed Tenders 13D3 Modification, Substitution and Withdrawal of Tenders 13

E. TENDER OPENING AND EVALUATIONE1 Tender Opening 14E2 Confidentiality of Tender Information and Copyright 14E3 Clarification of Tenders 14E4 Evaluation of Tenders 15E5 Evaluation of Financial Proposals 16

F. AWARD OF CONTRACTF1 Award Criteria 17F2 Employer’s Right to Accept any tender and to reject any or all tenders 17F3 Notification of Award 17F4 Signing of Agreement 17F5 Performance Security 17

G. Cancellation of LOA 18H. Terms & Process of Bill Payment 18Annexure-1 to 3 19to 24

Page 18: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 3

INSTRUCTIONS TO BIDDERS (ITT)

A. GENERALA1 GENERAL DESCRIPTION OF THE WORK1.1.1 This contract is for the work ofProvision of Feeder Services underWest Cluster for last

mile connectivity with procurement, operation and maintenance of 16-22 seaterlowfloor AC Electrical Battery Operated Buses.

A2 SCOPE OF WORKThe Scope of Work for this contract is as described in Clause 1.0 of Employer’sRequirements.

A3 ELIGIBLE BIDDERSThis is an open competitive e-tender with eligibility criteria defined in Clause 1.1.3.2A, B & C. of NIT and other requirements laid down in this document.

A4 QUALIFICATION OF THE BIDDERA4.1 The Bidder shall submit a duly notarized written Power of Attorney authorising the

signatory(ies) of the Tender to commit the bidder along with Board Resolutionconfirming authority on the persons issuing the Power of Attorney for such actions. Incase of partnership, consortium or joint venture, notarized Power of Attorney(s) andBoard Resolution(s) for each member of the Partnership, Consortium or Joint Ventureshall be submitted. In case of Foreign Partners, Power of Attorney(s) and BoardResolution confirming authority on the persons issuing the Power of Attorney for suchactions shall be submitted duly notarized by the notary public of country of originand should be either stamped by Embassy / High Commission or Member Countriesof Hague convention may submit these document with “Apostille” stamp. Also incase the documents are in foreign language the translation of the same shall beauthenticated by Embassy / High Commission.

A4.2 Each Bidder (each member in the case of joint venture or consortium) is required toconfirm and declare with the Tender that no agent, middleman or any intermediaryhas been, or will be, engaged to provide any services, or any other item or workrelated to the award and performance of this Contract and declare that no agencycommission or any payment which may be construed as an agency commission hasbeen, or will be, paid and that the tender price will not include any such amount. Tofulfil this requirement, the bidder (each member in case of JV/Consortium) has tosign and submit the declaration given as Appendix-11 of FOT. If the Employersubsequently finds to the contrary, the Employer reserves the right to declare theBidder as non-compliant, and declare any Contract if already awarded to theBidder, to be null and void.

A4.3 Canvassing or offer of an advantage or any other inducement by any person with aview to influencing acceptance of a Tender will be an offence under laws of India.Such action will result in the rejection of the Tender, in addition to other punitivemeasures.

A5 ONE TENDER PER BIDDERA Bidder shall submit only one bid, either individually as a bidder or as a partner of JV/ Consortium. If a bidder who submits or participates in more than one bid, alltenders in which the bidder has participated either as sole bidder or member of JV /Consortium shall be considered invalid.

Page 19: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 4

A6 COST OF TENDERINGThe Bidder shall bear all costs associated with the preparation and submission of histender and the Employer will in no case be responsible or liable for those costs,regardless of the conduct or outcome of the tender process.

A7 SITE VISITSA7.1 The Bidder is advised to visit and examine the site locations and its surroundings and

obtain for himself on his own responsibility all information that may be necessary forpreparing the Tender and entering into a contract for the proposed work. The costsof visiting the Site shall be borne by the Bidder. It shall be deemed that theContractor has undertaken a visit to the Site of Works and is aware of the siteconditions prior to the submission of the tender documents.

A7.2 The Bidder and any of his personnel will be granted permission by the Employer toenter upon his premises and lands for the purpose of such inspection, but only uponthe express condition that the Bidder, and his personnel, will release and indemnifythe Employer and his personnel from and against all liability in respect thereof andwill be responsible for death or personal injury, loss of or damage to property andany other loss, damage, costs and expenses etc.incurred as a result of theinspection.

A7.3 The Bidder shall note General Conditions of Contract (GCC) Sub-Clause 4.9 in whichit is deemed that the Bidder has taken into account all the factors that may affecthis tender in preparing his offer.

B. TENDER DOCUMENTSB1 CONTENT OF TENDER DOCUMENTSB1.1 The Tender Documents, as listed below, have been prepared for the purpose of

inviting tenders for West Cluster as last mile connectivity with procurement, operationand maintenance of 16-22 seaterAC Electrical (Battery Operated) Busesand as moreparticularly described in these documents: -a) Notice Inviting Tender (NIT)b) Instructions to Bidders (including Annexures) [ITT]c) Form of Tender (Including Appendices) [FOT]d) Employer’s Requirement (Including Appendices) (ER)e) General Conditions of Contract (GCC)f) Special Conditions of Contract (Including Appendices) (SCC)g) Tender Drawingsh) Financial Bid (BOQ)

B1.2 The Bidder is expected to examine carefully the contents of all the abovedocuments. Failure to comply with the requirements of the Tender documents will beat the Bidder’s own risk. Tenders that are not substantially responsive to therequirements of the Tender documents, will be rejected.

B1.3 The Bidder shall not make or cause to be made any alteration, erasure orobliteration to the text of the Tender Documents.

B2 CONTENT OF SUPPORTING DOCUMENTSB2.1 DeletedB2.2 The Tenderer shall note the existence of over ground, at grade and underground

structures, utilities and infrastructure in the near vicinity of the works/services to beconstructed/ provided

B2.3 The Bidder should visit, examine and assess the Site including working conditions andwill be deemed to have satisfied himself of the risks and obligations under theContract.

Page 20: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 5

B3 CLARIFICATION OF TENDER DOCUMENTSB3.1 The Bidder shall check the pages of all documents against page numbers given in

indexes and summaries and, in the event of discovery of any discrepancy, theBidder shall inform CGM/Contracts/DMRC forthwith.

B3.2 Should the Bidder for any reason whatsoever, be in doubt about the meaning ofanything contained in the Invitation to Tender, Tender Documents or the extent ofdetail in the Employer's Requirements etc., Bidder shall seek clarification fromCGM/Contracts/DMRC by uploading the same on e-tendering portal, not later thanthe last date of seeking clarification given in the key details of Notice Inviting Tender.Any such clarification, together with all details on which clarification had beensought, will be posted at e-tendering portal https://eprocure.gov.in/eprocure/appfor information of all prospective bidders without disclosing the identity of the Bidderseeking clarification.

B3.3 Except for any such written clarification by CGM/Contracts/DMRC which is expresslystated to be by way of an addendum to the documents referred to in paragraphsB1.1 a) to h) above and/or for any other document issued by the Employer which issimilarly described, no written or verbal communication, representation orexplanation by any employee of the Employer or the Engineer shall be taken to bindor fetter the Employer or the Engineer under the Contract.

B3.4 Correspondence:All correspondence from DMRC pertaining to this tender tillaward of the work shall be by CGM/Contracts/DMRC.

B4 AMENDMENT TO TENDER DOCUMENTSSB4.1 During the tender period, the Employer may issue further instructions to bidders or

any modifications to existing tender documents in the form of an addendum. Suchan amendment in the form of an addendum will be posted at e-tendering portalhttps://eprocure.gov.in/eprocure/appfor information of all prospective bidders whohave purchased the tender document in the tender period. In case of delaybeyond the last date of issuing addendum given in NIT, the date of submission, at itssole discretion may be extended by DMRC under Clause D1.8 of ITT.Without prejudice to the order of preference as specified in Clause 1.5 of GeneralConditions of Contract, the provisions in such addenda shall take priority over theInvitation to Tender and Tender Documents issued previously. Bidders shouldacknowledge receipt of such addenda and consider them in the tender submittal.

B4.2 The Bidder should note that there might be some aspects of his Tender and/or thedocuments submitted with the Tender that will necessitate discussion andclarification. It is intended that any aspect of the said evaluation documents andany amendments or clarification which are to have contractual effect will beincorporated into the Contract either: -a) by way of Special Conditions of Contract to be prepared by the Employer

and agreed in writing by the Bidder prior to and conditional uponacceptance of the Tender; or

b) by the Bidder submitting, at the written request of the Employer, documentswhich are expressly stated to form part of the Tender, whether requestedbefore or after submission of the documents forming part of the Tender,identified in paragraphs C2.2a) to C2.2jj) below, and whether assupplements to, or amended versions of such documents.

Save as aforesaid, all such amendments or clarifications shall have contractualeffect.

C. PREPARATION OF TENDERSC1 LANGUAGE

The tender prepared by the tenderer and all correspondence and documentsrelating to the tender exchanged between the tenderer and the Employer/Engineer

Page 21: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 6

shall be in the English language. In case any printed literature in other languages, itshall be accompanied by English translation. The English version shall prevail inmatters of interpretation.

C2 DOCUMENTS COMPRISING THE TENDERC2.1 The Bidder shall, on or before the date and time given in the Notice Inviting Tender

(NIT), submit his Tender online on e-tendering portalhttps://eprocure.gov.in/eprocure/ app, comprising of following: -

Technical Package of ‘Tender No.DMRC/Operations/FBS-02/2018’.

Financial Package of ‘Tender No.DMRC/Operations/FBS-02/2018’as per theprovisions given in Clause C15 below.

Technical Package of this submission shall contain the documents referred to in thesubsequent paragraphs C2.2 [except C2.2 (c)], C2.3 and all Annexures/ Appendixesof NIT, ITT and FOT respectively.

Should any further documents be required pursuant to paragraphs C2.2(m) and C2.3below, the Bidder will be instructed by the Employer which Package of theBidder’s submission is to contain such documents.

C2.2 The Bidder shall submit, as his Tender, the following documents, duly completedwhich in the event of acceptance of the Tender, and shall form part of theContract:

(a) Form of Tender (Without appendices);(b) Appendix 1 to the Form of Tender: Contract Conditions;(c) Appendix 2 to the Form of Tender :( see paragraph C10, C15 and C27);(d) Appendix 3 to the Form of Tender: Deleted;(e) Appendix 4 to the Form of Tender: Deleted(f) Appendix 5 to the Form of Tender: Deleted(g) Appendix 6 to the Form of Tender: General Information about the Tenderer;(h) Appendix 7 to the Form of Tender: Deployment of Minimum No. of Personnel(i) Appendix 8 to the Form of Tender: Deleted(j) Appendix 9 to the Form of Tender: Deleted

(j-a) Appendix 10 to Form of Tender: Resources proposed for the project-Plants &Equipment(k) Appendix 10Ato the Form of Tender(l) Appendix-11 to the Form of Tender: Undertaking for corrupt and fraudulent practice.(m) Any further documents which have been requested in accordance with paragraph

B4.2 above.(n) Appendix-12 to the Form of Tender: Deleted(o) Appendix-13 to Form of Tender – The tenderer may submit minor deviations in this

appendix and a confirmation that price of every such minor deviation has beengiven in the financial package. Minor deviation may be in the employer’srequirements or in any other tender requirement which do not alter the basicfunctionality of the work or part thereof. If there is no such minor deviation, then thetender or must write “NIL” in this appendix. Tenderer to note that such minordeviations may or may not be accepted by the employer and the tenderer shall nothave any right to any claim on this account. The offer in the BOQ shall be givenwithout considering any deviation in tender conditions. Tenderer to see note 1 ofAppendix-13 of FOT.

(p) Appendix 14 to Form of Tender: Project Implementation Programme(q) Appendix 15 to the Form of Tender: Deleted

Page 22: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 7

(r) Appendix 16 to the Form of Tender: Deleted(s) Appendix 17 to the Form of Tender: Work Experience(t) Appendix 17A and 17 B to the Form of Tender(u) Appendix 18 and 18A to the Form of Tender: Financial Data (Financial Standing)(v) Appendix-19 to the Form of Tender: Undertaking as per clause 1.1.3.1 v (a) of NIT(w) Appendix-19A to the Form of Tender: Undertaking as per clause 1.1.3.1 v (c) of

NIT(x) Appendix-20 to the Form of Tender: Undertaking for not being penalised in a

Contract as per clause 1.1.3.1 v (d) of NIT(y) Appendix-21 to the Form of Tender: Undertaking for Financial stability as per

clause 1.1.3.1 vi of NIT(z) Appendix-22 to Form of Tender: Undertaking for Downloaded Tender Document(aa) Tender programme: See paragraph C8.(bb) Appendix-23to Form of Tender: BANKING REFERENCE FOR LIQUIDITY(cc) Appendix-24to Form of Tender: Deleted.(dd) Appendix-25to Form of Tender: REFUND OF EMD THROUGH NEFT/ RTGS(ee) Appendix-26 to Form of Tender: Obligation/Statutory compliance(ff) Appendix-27 to Form of Tender: undertaking as per clause 1.1.3.1 viii(a &b) of NIT(gg) Appendix-28 to Form of Tender: Checklist(hh) Full details of ownership and control of the tenderers.

(ii) All original tender documents issued by DMRC are part of Technical Packageexcept the volume containing the Bill of Quantities (BOQ/Pricing Document)which shall be filled and submitted in Financial Package. Tenderers shouldcarefully read and note all the conditions and provisions mentioned in originaltender documents issued by DMRC and it shall be deemed that all theconditions and provisions of these documents have been included in theirtender submission and acceptable to them. The tender shall be submittedonline by using class-III or class-II digital signature of the authorised signatory ofthe tenderer.

(jj) Registration with appropriate EPF authority, ESI authority, PAN Card and copy ofGST registrationin the state of Delhi (or shall submit an undertaking that he willget registered with appropriate GST authorities in the state of Delhi in case ofaward of LOA to them) as per relevant act are also required to be uploaded.

C2.3 The Bidder shall submit following information: -A) Operational Experience as mentioned in clause 1.1.3.2 B. of NIT

i) Extent of participation by each member of the consortium in terms ofpercentage of the value of the proposed Contract.Member % of participationABC

ii) The bidder should supply the information, separately for eachmember of the consortium.

C2.4 The Employer may get, from the Government, partial or complete waiver of taxes,royalties, duties, Labour cess, octroi, and other levies payable to various authorities.The successful tenderer (the contractor) shall maintain meticulous records of all thetaxes and duties paid and provide the same with each running bill. In case thewaiver becomes effective, the Contractor will be advised on the process to befollowed to obtain the refund from the concerned authority. The Contractor shallarrange for the remit of the refund to the Employer. In case of failure by theContractor to remit such amounts, the same shall be recovered from amounts duefor payment to the Contractor.

Page 23: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 8

With the tender submission, the tenderer shall submit the proof of GST registration inthe state of Delhi or shall submit an undertaking that he will get registered withappropriate GST authorities in the state of Delhi in case of award of LOA to them.

C2.5 Bidders shall quote all prices as per Clause 11.1.1 of GCC and 23 of SCC.C2.6 The tenderers must note the following:

a) Deleted

b) Change in Taxes/Duty:

The contract price shall not be adjusted to take into account any change in taxes, duties,levies or introduction of any new tax duty or levy till the completion date including thedate of extended period of contract,unless otherwise specified in SCC.

c) GST is excluded in the contract price. The contractor shall maintain details ofSGST/UTGST & CGST paid and submit the following for reimbursement of GST:-

I. Tax Invoice.II. GSTR-1 return filled with the respective authority or the form of return as

amended by the Central/State Government time to time & copy ofchallans in regard to deposit of GST.

III. Certificate of the Chartered Accountant in regard to turnover of thecontractor relating to DMRC project and deposit of due taxes withrespective tax authorities.

IV. Relevant abstract of filed GSTR-1 return showing the details of relevanttax invoice submitted by the contractor.

In view of above, the tenderers are advised to quote the price inclusive of all taxes(except GST), duties, levies, cess and all other incidental charges required to fulfil thetender conditions including statutory deduction viz., TDS towards Income Tax /GSTLabourCess etc. after considering clause C2.4, C2.5 & C2.6 above.

C3 FORM OF TENDERThe Form of Tender shall be completed and signed by a duly authorised and empowered

representative of the Bidder. If the Bidder comprises a JV / Consortium then the Formof Tender shall be signed by a person who is duly authorised by each member orparticipant thereof or by authorized signatory of each member. Signatures on theForm of Tender shall be witnessed and dated. Copies of relevant powers of attorneyshall be attached.

C4 OUTLINE QUALITY PLAN:DeletedC5 OUTLINE SAFETY, HEALTH AND ENVIRONMENT PLAN:DeletedC6 TENDERER'S TECHNICAL PROPOSALS:DeletedC7 DESIGNER:DeletedC8 TENDER PROGRAMMEThe Tenderer shall submit with his Tender as Appendix-14 to FOT, an Implementation

Programme that shall indicate how the Tenderer intends to organise and carry outthe Works/services and achieve Stages/milestone as described in tender condition.

C9 MANUFACTURE, INSTALLATION AND CONSTRUCTION METHODS:DELETEDC10 PAYMENT SCHEDULEThe payment for items given in Bill of Quantity/Pricing Document shall be made on the basis

of actually executed quantities.

C11 SUBCONTRACT: DELETEDC12 STAFFING SCHEDULE AND RELATED DETAILS

Page 24: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 9

The Tenderer shall submit with his Tenders a staffing schedule containing the names,qualifications, professional experience of all proposed management personnel andspecialists for this work. The submission shall include a provisional managementstructure and organisation chart showing areas of responsibility, relative senioritiesand lines of reporting.

C13 CONTRACTOR'S EQUIPMENTThe contractor shall deploy plants and equipment to complete the work/services as per

requirement within the completion period.

C14 PROPOSALS FOR USE OF WORK AREAS:DELETED

C15 PRICING DOCUMENTC15.1 The Pricing Document is included in Bill of Quantities/Financial Bid. The rates shall be

quoted in the excel file provided in the bid documents. The tenderer shall downloadthe excel file and after quoting their rates upload the same accordingly. The Biddershall complete the Pricing Document in accordance with the instructions given in Billof Quantity/Pricing Document. No deviation will be allowed in this contract.The ratesshall not be offered/quoted elsewhere in the technical submission/ tendersubmission. The Bidder shall complete the Pricing Document/quote their rates inaccordance with the instructions given in Bill of Quantity/Pricing Document. Thecompleted Pricing Document including price of minor deviations as mentioned inAppendix-13 of FOT shall be submitted.

C15.2 The price of each such minor deviation will be the price which the bidder agrees tooffer to the employer from his quoted offer in the BOQ, if deviation is agreed by theemployer. Any such deviation without a price shall not be considered and will betreated as withdrawn by the bidder. Any other deviation mentioned anywhere in thesubmission other than in Appendix-13 of FOT shall be considered as if mentionedinadvertently by the bidder and shall be considered as withdrawn without anyconfirmation from the bidder.

C15.3 The bidder shall utilize Indian labour and staff to the maximum extent possible inexecution of Works.

C16 CURRENCIES OF TENDER AND PAYMENTC16.1 The bidder shall give his priced offer in Indian Rupees only.

C17 TENDER VALIDITYThe Tender shall be valid for a period of 180 days (both days inclusive i.e. the latestlast date of submission of tenders and the last date of period of validity of thetender) from the latest last Date of Submission of Tenders. In exceptionalcircumstances, prior to expiry of the original tender validity period, the Employer mayrequest that the Bidders extend the period of validity for a specified additionalperiod. The request and the responses thereto shall be made in writing or by telefax.A Bidder may refuse the request without forfeiting his Tender Security. A Bidderagreeing to the request will not be required or permitted to modify his tender, but willbe required to extend the validity of his Tender Security for the period of theextension.

C18. Tender Cost and Tender Security/ Earnest Money Deposit (EMD):

The Tenderer shall submit Tender Cost and Tender Security/EMD for the summentioned in NIT clause 1.1.2 (e) and NIT clause 1.1.2(b) respectively.

C18.1 Tender Cost:

Page 25: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 10

The instrument type for payment of tender cost shall be RTGS, NEFT or IMPS only. Noother mode of payment will be accepted. The detail of Bank account of DMRC tofacilitate the payment is mentioned at C18.4. The bidders shall upload scannedcopies of transaction of payment of tender cost at the time of online bid submissionand no copies of transaction of payment are required to be sent to the office ofChief General Manager/Contracts. The Tender Reference Number i.e.DMRC/Operations/FBS-02/2018shall be clearly entered in remarks/description at thetime of online transition of payment, failing which payment may not be considered.

C18.2 Deleted.

C18.3Tender security/ EMD:

The instrument type for payment of tender security / EMD shall be Demand Draft,Banker’s Cheque, Fixed Deposit Receipt (FDR), Bank Guarantee, RTGS, NEFT or IMPS.

i. In case of RTGS/NEFT & IMPS transactions, bidders shall upload the scannedcopies of transaction of payment of tender security / EMD at the time of onlinebid submission. No copies of transaction of payment are required to be sent tothe office of Chief General Manager/Contracts. The detail of Bank account ofDMRC to facilitate the payment is mentioned at C18.4 below. The TenderReference Number i.e. DMRC/Operations/FBS-02/2018shall be clearly entered inremarks/description at the time of online transition of payment, failing whichpayment may not be considered.

ii. In case of submission of tender security/EMD in one of the following forms asstated below, “Original” is to be submitted in the office of Chief GeneralManager/Contracts with in due date and time of submission as mentioned inclause 1.1.2 of NIT.

(a) Irrevocable bank guarantee issued by a Scheduled Commercial bank basedin India or from a branch in India of a scheduled foreign bank in the formgiven in Annexure-1 to Instruction to Tenderers (ITT).

(b) Demand Draft / Pay Order / Bank Draft in favour of Delhi Metro RailCorporation Ltd. payable at New Delhi from a Scheduled Commercial bankbased in India,

(c) Fixed Deposit Receipt (FDR) of a Scheduled Commercial bank / Post officebased in India duly pledged in favour of Delhi Metro Rail Corporation Ltd.

In case of joint venture/consortia, Bank Guarantee/FDR for tender security shall be inthe name of joint venture/consortia and not in name of individual members.

The Tender Security/EMDshallremain valid up to the date specified under the Clause1.1.2 (b) of NIT. The tender security shall be submitted in a sealed envelope clearlymarked on top “Tender Security for DMRC/Operations/FBS-02/2018”.

C18.4 To facilitate payment of Tender Fee and Tender Security through RTGS, NEFT & IMPS,thedetails of bank account of DMRC is mentioned below:

Name ofBank

Bank’sAddress

Account Name &No.

AccountType

IFSC code

Page 26: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 11

PunjabNational

Bank

ECE HouseBranch,

ConnaughtPlace, NewDelhi-110001

DMRC Ltd. O&MExpenditure A/C,

1120005800000032

Current PUNB0112000

C18.5 The "Original" of this Tender Security is to be submitted in a separate sealed envelopein the office of the Chief General Manager/Contracts at the address given in theTender Documents before date & time of submission of tender mentioned in theNIT.If an acceptable Tender Security is not submitted by a tenderer as mentionedabove, then tender(s) of such tenderer(s) shall be rejected considering it as non-responsive and their Technical package shall not be opened and if opened then itwill not be evaluated.

No post-bid clarifications shall be sought on Tender Security.

C18.6 The Tender Security of the successful Tenderer shall be returned upon the executionof the Contract and on the receipt by the Employer of the Performance Security inaccordance with Sub-Clause 4.2 of the GCC.

C18.7 The Tender Security of tenderers who fail in technical evaluation shall be returnedafter opening of financial package. Tender security of the unsuccessful tenderers infinancial opening shall be released after issue of the Letter of Acceptance (LOA) tothe successful tenderer or finalization of tenders.

C18.8 The Tender Security shall be forfeited:

(a) if the Tenderer withdraws his Tender during the period of Tender validity; or(b) if the Tenderer does not accept the correction of his Tender price, pursuant

to Sub-paragraph E 5.2 below;(c) if the successful Tenderer refuses or neglects to execute the Contract or fails

to furnish the required Performance Security within the time specified by theEmployer.

C18.9 No interest will be payable by the Employer on the tender security amount citedabove.

C19 PERFORMANCE GUARANTEE, UNDERTAKINGAND WARRANTIES.Please refer clause 4.2.4 of GCC.

C20 LABOURThe Bidder's attention is especially drawn to Clause-6 of the GCC and clause 20 and21 of SCCin relation to the responsibility of the Contractor for obtaining an adequatesupply of labour, their Rates, Wages and Conditions.

C21 Other Contractors

The Tenderer's attention is drawn to the requirement that access to the buses/depot,from time to time, may have to be shared with other contractors carrying outworks/services on the buses/depot.

Page 27: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 12

C22 INSURANCEThe Bidder's attention is drawn to the provisions contained in Clause-15 of theGeneral Conditions of Contract and Clause-30 of SCC.

C23 CHECK LISTBidder is required to ensure submittal of all the documents duly signed and sealedby the authorized person(s). Check list for confirming the submission of all documentsis enclosed as Appendix-28of FOT. The check list is indicative and not exhaustive. Thebidders must go through the complete tender.

C24 PRE-TENDER MEETINGC24.1 A Pre-Tender meeting shall be held on the date and location given in the Key details

of NIT.C24.2 The purpose of the meeting will be to clarify issues and to answer questions on any

matter that may be raised at that stage.C24.3 The bidders are requested to submit any question in writing or by facsimile, to reach

the Employer not later than the last date of seeking clarification as mentioned in keydetails of NIT.

C24.4 The text of the questions raised by all the bidders and the responses given will beuploaded on www.eprocure.gov.in/eprocure/appwithout any delay.Anymodification of the Tender Documents listed in paragraph B4 which may becomenecessary as a result of the Pre-Tender meeting shall be made by the Employerexclusively through the issue of an Addendum pursuant to paragraph B4.

C24.5 Non-attendance at the Pre-Tender meeting will not be a cause for disqualificationof a Bidder.

C25 FORMAT AND SIGNING OF TENDERC25.1 The Bidder shall prepare and submit their tender comprising of (but not limited to)

documents described in paragraph C2 of these Instructions.C25.2 All documents which are to be submitted as scanned documents shall be typed or

written in indelible ink (in the case of copies, legible photocopies are alsoacceptable and all the pages shall be signed by a person or persons dulyauthorised to sign on behalf of the Bidder before scanning and uploading (in .pdf /.jpg / .jpeg format), pursuant to sub-paragraphs A4.1, as the case may be. Biddersare advised to ensure clarity and visibility of the contents of scanned documentsbefore uploading the same. All pages of the Tender, where entries or amendmentshave been made, shall be initialled and dated by the person or persons signing theTender.

C25.3 Documents submitted in Tender submission shall contain no alterations, omissions oradditions, except those to comply with instructions issued by the Employer, or asnecessary to correct errors made by the Bidder, in which case such correctionsshall be initialled and dated by the person or persons signing the Tender beforescanning and uploading/submitting.

C26 Deleted.

C27 SCHEDULE OF PAYMENTPayment shall be made on the following dates, based on the invoice raised by theContractor, at least 10 days prior to the Payment Date: -S/N Payment Date Amount of CYF1. 15th day of the month 40% of estimated payment for the Month

2. 30th or 31st day of themonth 40%of estimated Payment for the month

3.Before 10th day ofmonth succeedingthe payment month

Balance 20% of Payment for the month subject to: -i) PerformanceAdjustment,ii) Plus -payment of additional/extra services, if

Page 28: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 13

any,andiii) Minus – Paymentalreadymadesat S.N 1.& 2.

above

D SUBMISSION OF TENDERD1 The tenderer shall submit their tender on-line on e-tendering portal

https://eprocure.gov.in/eprocure/app.D1.1 Only ‘Tender Security’ (in case of BG/ FDR/ Demand Draft/ Bankers Cheque) shall

be submitted in originals (in physical form) as described below.D1.2 In case of payment made through NEFT/ RTGS/ IMPS, Tenderer shall clearly enter

Tender Reference No– DMRC/Operations/FBS-02/2018in the remarks/description atthe time of online transition of payment, failing which payment may not beconsidered.

D1.3 The tenderer shall seal the ‘Tender Security’ (in case of BG/ FDR/ Demand Draft/Bankers Cheque) in an envelope, bearing the following identification for TenderSecurity:

“TENDER SECURITY”, Tender Reference No–Contract: DMRC/Operations/FBS-02/2018and submit the same before date and time of submission of tendermentioned in NIT at the address mentioned below. The tenderer shall mention hisName and address on above envelope also.

The Chief General Manager/ContractsDelhi Metro Rail Corporation,‘A’-Wing, 5th Floor, Metro Bhawan,Fire Brigade Lane,Barakhamba Road,New Delhi.110001;

D1.4 It shall be the responsibility of the bidder / tenderer to ensure that the envelopecontaining ‘Tender Security’ (in case of BG/ FDR/ Demand Draft/ Bankers Cheque)is submitted to the office of The Chief General Manager/Contracts at above-mentioned address before the prescribed dead line.

D1.5 ‘Tender Security’ and ‘Cost of Tender Documents’ submitted after due date andtime shall not be accepted and online tenders of such tenderers shall liable to berejected summarily.

D1.6 DMRC will not be responsible for delay, loss or non-receipt of ‘Tender Security’ sentby post / courier.

D1.7 DMRC shall not be responsible for ‘Tender Security’ delivered to any other place /person in DMRC (like Tapal / DAK section etc) other than the designated officerand does not reach the designated officer before the dead line for submission.

D1.8 The Employer may, at his discretion, extend the deadline for submission of tendersby issuing an amendment, in which case all rights and obligations of the Employerand the Tenderer previously subject to the original deadline will thereafter besubject to the deadline as extended.

D2 Late or Delayed Tenders

D2.1 Tenders have to be uploaded on e-tendering portalwww.eprocure.gov.in/eprocure/app before the due date and time of tendersubmission. The tender security (in case of BG/ FDR/ Demand Draft/ BankersCheque)shall be submitted to Manager/Assistant Engineer in the office of ChiefGeneral Manager/Contracts, Delhi Metro Rail Corporation ‘A’-Wing, 5th Floor, MetroBhawan, Fire Brigade Lane, Barakhamba Road, New Delhi, 110001.It shall be the

Page 29: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 14

responsibility of the bidder/ tenderer to ensure that the envelope containing ‘TenderSecurity’ (in case of BG/ FDR/ Demand Draft/ Bankers Cheque) is submitted to thedesignated officer (Manager/Assistant Engineer) before the deadline of submissionprescribed in the NIT.

D2.2 ‘Tender Security’ and ‘Cost of Tender documents’ submitted after due date andtime shall not be accepted and online tenders of such tenderers shall liable to berejected summarily.

D2.3 It shall be the responsibility of the bidder / tenderer to ensure that this tenderissubmitted online on e-tendering portal www.eprocure.gov.in/eprocure/app beforethe deadline of submission.

D3 MODIFICATION, SUBSTITUTION AND WITHDRAWAL OF TENDERSD3.1 Except where expressly permitted by these Instructions, the Bidder shall not make or

cause to be made any alteration, erasure or obliteration to the text of thedocuments prepared by the Employer and submitted by the Bidder with or as part ofhis Tender.

D3.2 No Tender shall be allowed to be modified by the Bidder after the deadline forsubmission of Tenders.

D3.3 The Tender submitted online will be taken as a final bid.D3.4 Withdrawal of a Tender during the interval between the deadline for submission of

bids and the expiration of the period of bid validity specified in the Form of Tendershall result in the forfeiture of the Tender Security.

E. TENDER OPENING AND EVALUATIONE1 TENDER OPENINGE1.1 Envelope containing ‘Tender Security’ (in case of BG/ FDR/ Demand Draft/ Bankers

Cheque) will be opened first.Tenders of those tenderers who have not submittedvalid ‘Tender Security’ and valid ‘Cost of Tender Documents’ shall be considered asnon-responsive and liable to be rejected summarily.

E1.2 The tenders shall be opened online by opening committee on due date and time oftender opening. On opening of the tender, DMRC will first check the details oftender cost and tender securitysubmitted by the tenderer online and cross verify thetender security with the hard copy.

E1.3 If the documents do not meet the requirements of the Employer, a note will berecorded accordingly by the tender opening committee.

E1.4 The Technical Package of all bidders who have submitted a valid tender securityand cost of tender document shall be opened in the presence of representatives ofbidders who choose to attend on date & time as mentioned in tender document inthe office of The Chief General Manager/Contracts, DMRC, 5th floor, A-Wing, MetroBhawan, Fire Brigade Lane, Barakhamba Road, New Delhi-110001. Bidders may visitDMRC e-procurement web-site to know latest Technical Opening information aftercompletion of opening process. Bidders can also see the Technical Sheets (check-list) of other bidders after completion of opening process by logging into the web-site. If such nominated date for opening of Tender is subsequently declared as aPublic Holiday by the Employer, the next official working day shall be deemed as thedate of opening of Technical Package. The Tender of any bidder who has notcomplied with one or more of the foregoing instructions may not be considered.

E1.5 The Financial Package(s) which bidder(s) have uploaded online will be opened on asubsequent date after evaluation of technical packages. Financial packages ofonly those bidders whose submissions are found substantially responsive andtechnically compliant as per clause E4 of ITT will be opened. The time of opening offinancial package shall be informed though website only. Tender can visit to DMRCe-procurement website for further information.

Page 30: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 15

E2 CONFIDENTIALITY OF TENDER INFORMATION AND COPYRIGHTE2.1 Except the public opening of tenders, information relating to the examination,

clarification, evaluation and comparison of tenders and recommendationsconcerning the award of Contract shall not be disclosed to bidders or other personsnot officially concerned with such process.

E2.2 Any effort by a bidder to influence the Employer/Engineer in the process ofexamination, clarification, evaluation and comparison of tenders and in decisionsconcerning award of contract, may result in the rejection of the bidder’s tender.

E3 CLARIFICATION OF TENDERSTo assist in the examination, evaluation and comparison of tenders, the Employermay, at his discretion, ask any bidder for clarification of his tender, includingbreakdown of unit rates. The request for clarification and the response shall beonline. No change in the price or substance of the tender shall be sought, offered orpermitted except as required to confirm the correction of arithmetic errorsdiscovered by the Employer in the evaluation of the tenders in accordance withparagraph E5 of ITT herein.

E4 EVALUATION OF TENDERSTender Security and Technical packages will first be evaluated which will coverfollowing items:-

E4.1 General EvaluationFirst of all it will be determined whether each tender is accompanied with the validtender security i.e. the required amount and in an acceptable form. Tenders notaccompanied with the valid tender security shall be rejected and may not beevaluated further. Other aspects of general evaluation will be done as per ClausesE4.2, A4.1, A4.2, A4.3 and A5 of ITT.

E4.2 Evaluation of minimum eligibility criteriaThis evaluation will be done to check if the bidder qualify the minimum eligibilitycriteria of “work experience” and “Financial standing” as laid down in Clause 1.1.3.2of NIT.Bidders, who do not qualify in any of the minimum eligibility criteria, shall notbe considered for further evaluation and shall be rejected.

E4.3 Evaluation of ResponsivenessThe employer will determine whether each tender is substantially responsive to therequirements of the Tender Documents i.e. it conforms to all terms, conditions andspecifications of the tender document. In case of any nonconformity, the tendershall be disqualified and rejected.

E4.4 Evaluation of Material deviation or reservationEach tender shall be evaluated for any material deviation or reservation. Materialdeviation or reservation is one: which contains unauthorized changes to the Memorandum of Understanding

from the Memorandum of Understanding accepted for Pre-qualification. which contains any deviation in tender security with regards to amount,

validity, form and format. which affects in any substantial way, the scope, quality or performance of the

Works; which limits in any substantial way, is inconsistent with the Tender Documents,

the Employer’s right or the Bidder’s obligations under the Contract; or whose rectification would affect unfairly the competitive position of other

bidders presenting responsive tenders.Tender having any material deviation or reservation shall be disqualified andrejected.

E4.5 Evaluation of qualifying conditionsA tender containing any qualification which

Page 31: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 16

seek to shift to the Employer, another Government Agency or anothercontractor all or part of the risk and/or liability allocated to the contractor inthe Tender Documents; or.

include a deviation from the Tender Documents which would render theWorks, or any part thereof, unfit for their intended purpose; or

fail to submit a workable methodology and programme to suit the localconditions; or

fail to commit to the date specified for the completion of the Works, will bedeemed non-conforming and shall be rejected.

E4.6 Evaluation of Technical Proposal & other technical data:E4.6.1 The Employer will evaluate the technical suitability and acceptability of the

proposals as per the employer’s requirements. The evaluation shall be based onthe documents submitted as per clause C2.2 & C2.3 and tender security as perclause C18.1&C18.2.Bidder(s) may be asked to make a presentation of theirproposal to DMRC team for evaluation

E4.6.2 Where a bidder’s technical submittal has major inadequacies his tender will beconsidered to be non-compliant and will be rejected.

E4.7 Tenders not considered substantially responsive and not full-filling the requirements ofthe tender document as` evaluated as per item E4.1 to E4.6 shall be rejected byEmployer and shall not be allowed subsequently to be made responsive bycorrection or withdrawal of the nonconforming deviation or reservation.

E4.8 If any tender is rejected, pursuant to paragraph E4.7 above, the Financial Packageof such bidder shall not be opened.

E4.9 The decision of the Employer as to which of the tenders are not substantiallyresponsive shall be final.

E5 EVALUATION OF FINANCIAL PROPOSALSE5.1.1 All technically acceptable tenders will be eligible for opening of their financial

proposals. The Employer shall notify all technically qualified Bidders regardingopening of the financial proposal, such bidders may witness the financial opening.The financial proposal(s) will then be opened online through website. Bidders canalso check financial proposal of other bidders online. The financial proposals shall beevaluated to determine the lowest bidder/ bidder. In case, the evaluated financialoffers of two or more technically qualified bidders are same then the tender for‘Contract Package No.DMRC/Operations/FBS-02/2018’ would be awarded to thebidders as described in Clause F of ITT below.

E5.1.2 The evaluation of Financial Proposals by the Employer will take into account, inaddition to the tender amounts, the following factors:a. Arithmetical errors corrected by the Employerb. Such other factors of administrative nature as the Employer may consider to

have potentially significant impact on contract execution, price andpayments, including the effect of items or unit rates that are unbalanced orunrealistically priced.

E5.1.3 Offers, deviations and other factors, which are in excess of the requirements of thetender documents or otherwise will result in the accrual of unsolicited benefits to theEmployer, shall not be taken into account in tender evaluation.

E5.1.4 Price adjustment provisions applicable during the period of execution of thecontract shall not be taken into account in tender evaluation.

E5.1.5 Evaluation of financial offer will be based on quantities in Bill of quantities (BOQ) andrates quoted. Any alteration in BOQ will not be given any cognizance.

E5.2 Correction of ErrorsE5.2.1 Tenders determined to be technically acceptable after technical evaluation will be

checked by the Employer for any arithmetical errors in computation and summationduring financial evaluation. Errors will be corrected by the Employer as follows:a. Where there is a discrepancy between amounts in figures and in words, the

amount in words will govern; and

Page 32: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 17

b. Where there is a discrepancy between the unit price and the total amountderived from the multiplication of the unit price and the quantity, the unit priceas quoted will normally govern unless in the opinion of the Employer there is anobviously gross misplacement of the decimal point in the unit price, in whichevent, the total amount as quoted will govern.

c. If there is an error in total corresponding to the addition or subtraction ofsubtotals, the subtotals shall prevail and the total shall be corrected.

E5.2.2 If a Bidder does not accept the correction of errors as outlined above, his tender willbe rejected and the tender security forfeited.

E5.3 If any change in the Employer’s Requirements is considered necessary duringtechnical evaluation, the bidders who meet the requirements of paragraph A3 andA5, and whose technical offers are found to be substantially responsive inaccordance with paragraph E4, will be given an opportunity to revise their financialpackage.

E5.4 For the purpose of comparative evaluation of tenders received, the sum total offollowing shall be considered:-i) The total amount worked out from the amount quoted under different heads

by the bidder for the given BOQ,The total value of above thus obtained shall be compared amongst various Biddersto determine the lowest evaluated tender.

F AWARD OF CONTRACTF1 AwardF1.1 Subject to paragraph F2, the Employer will award the Contract to the Bidder whose

Tender has been determined to be substantially responsive and compliant to therequirements contained in the Tender Documents as per paragraph E4.Employer will award the contract to the Lowest Bidder (L-1), whose tender has beendetermined to be substantially responsive, technically & commercially suitable,complete & in accordance with the tender document, subject to the quotedamount is considered to be acceptable.

F1.2 In case, two or more technically qualified bidders quote the same rates in theCommercial Bid, and become Lowest (i.e. L-1), then the tender would be awardedto the bidder who has the highest / higher Average Annual Turnover for the last 3financial years. The information will be seen from Appendix-18.

F2 Employer's Right to accept any Tender and to reject any or all TendersF2.1 The Employer is not bound to accept the lowest or any tender and may at any time

by notice in writing to the Bidders terminate the tendering process.F2.2 The Bidder should note in particular that without prejudice to the Employer’s other

rights under the Contract, the Employer may terminate the Contract under Clause4.2 of the GCC in the event that the Tender is accepted but the Bidder fails to supplythe Performance Security or other specified documents or fails to execute theContract Agreement as per clause F4.

F3 Notification of AwardF3.1 Prior to the expiry of the period of tender validity prescribed by the Employer, the

Employer will notify the successful Bidder Telephonically and by uploading thescanned copy of Letter of Acceptance (LOA) on e-tendering portal to confirm thathis tender has been accepted. The successful bidder can also download the copyof Letter of Acceptance (LOA) issued to them. This letter (hereinafter and in theConditions of Contract called ‘the Letter of Acceptance’) shall name the sum whichthe Employer will pay to the Contractor in consideration of the execution,completion, maintenance and guarantee of the works/services by the Contractor asprescribed by the Contract (hereinafter and in the conditions of Contract called‘the Contract Price’). The “Letter of Acceptance” will be issued under signature of aDirector of DMRC or of The Chief General Manager/Contracts. The “Letter ofacceptance” will be sent in duplicate to the successful Bidder, who will return one

Page 33: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 18

copy to the Employer duly acknowledged and signed by the authorized signatoryindicating their unconditional acceptance, within one week of receipt of the sameby him. No correspondence will be entertained by the Employer from theunsuccessful Bidders.

F3.2 The Letter of Acceptance will constitute a part of the contract.F3.3 Upon “Letter of Acceptance” being signed and returned by the successful Bidder as

per Clause F3.1, the employer will promptly notify the unsuccessful Bidders anddischarge / return their tender securities.

F4 Signing of AgreementThe Bidder should note that in the event of acceptance of the Tender, the Bidder willbe required to execute the Contract Agreement in the form Annexure-3 of ITTwithsuch modifications as may be considered necessary at the time of finalisation of thecontract within a period of 30 days of submission of Performance Security or 60 daysfrom the date of issue of the Letter of Acceptance whichever is later.

F5 Performance SecurityF5.1 The Performance Security required in accordance with Clause 4.2 of the GCC shall

be for Rs 10,00,000/-(Rs.Ten lakh) per busi.eRs 9,90,00,000/-(Rs. 9.90 crores)for 99busesas per clause 12 of SCCin the currency in which the Contract Price is payable.The Performance Security shall be furnished to the Employer within 30 (thirty) days ofreceipt of the Letter of Acceptance.The required Performance Security for the sum mentioned above may be submittedin any one of the following forms: -a) Bank draft in favour of “Delhi Metro Rail Corporation Ltd.”, payable at “New

Delhi” from a Scheduled Commercial Bank based in India, orb) Fixed Deposit Receipt of a Scheduled Commercial Bank / Post Offices based

in India duly pledged in favour of “Delhi Metro Rail Corporation Ltd.”, orc) Irrevocable bank guarantee in the prescribed format, given in Annexure-2 of

Instruction to Bidders (ITT), issued by a Scheduled Commercial Bank based inIndia or from a branch in India of a Scheduled foreign bank. The bankguarantee must be issued on the Structured Financial Messaging System(SFMS) platform. A separate copy of the BG has to be sent by the issuingbank to the Employer’s bank through SFMS. The details of Employer’s bankare as under: -ICICI Bank ltd.9A, Phelps Building, Connaught Place, New Delhi -110001IFSC Code: - ICIC0000007.

Following codes are to be used by issuing bank for the purpose of Confirmation andamendment in Bank Guarantees:-

Code PurposeMT760 Confirmation of bank guaranteeMT767 Amendment in bank guarantee

Bank Guarantee issued on the SFMS platform with any other code other thanmentioned above for the purposes shall not be acceptable to the employer.

In case of Joint Venture/Consortium, the Performance Security is to be submitted inthe name of the JV / Consortium. However, splitting of the performance security(while ensuring the security is in the name of JV / Consortium) and its submission bydifferent members of the JV / Consortium for an amount proportionate to theirscope of work is also acceptable.

Page 34: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 19

The Performance Security should be valid for a period of 18 (eighteen) monthsbeyond the date of completion of Project.

F5.2 The Bidder has to furnish other Guarantees, Undertakings, and Warranties, inaccordance with the provisions of the General Conditions of Contract and SpecialConditions of Contract.

F5.3 Failure of the successful Bidder to comply with the requirements of paragraphs F4and F5 shall constitute sufficient grounds for the annulment of the award andforfeiture of the Tender Security.

G. CANCELLATION OF LETTER OF ACCEPTANCE (LOA)In case successful Bidder fails to commence the work (for whatsoever reasons) asper terms & conditions of Tender after issuance of LOA then the LOA shall becancelled and the tender security shall be forfeited.

H. TERMS & PROCESS OF BILL PAYMENTAll the terms & conditions of the bills for payments purpose should be strictlycomplied with in accordance with the guidelines, issued by the competent authorityfrom time to time.

Page 35: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 20

Instructions to BiddersAnnexure-1 [As per clause C18.1 of ITT]

FORM OF BANK GUARANTEE FOR TENDER SECURITY

(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)

1. KNOW ALL MEN by these presents that we ____________________ (Name of Bank)having our registered office at __________________ (Name of country) (hereinaftercalled “the Bank”) are bound unto Delhi Metro Rail Corporation Limited (hereinaftercalled “the Employer”) in the sum of Rs._____________ for which payment will andtruly to be made to the said Employer, the Bank binds itself, its successors and assignsby these presents.

2. WHEREAS ________________ (Name of Bidder) (hereinafter called “the Bidder”) hassubmitted its tender dated ________ for ____________ (Name of the work as per clause1.1.1 of NIT) hereinafter called the tender.

AND WHEREAS the Bidder is required to furnish a Bank Guarantee for the sumofRs.______________ as Tender Security against the Bidder’s offer as aforesaid.

AND WHEREAS……………………………… (Name of Bank) have, at the request of theBidder, agreed to give this guarantee as hereinafter contained.

3. We further agree as follows: -a. That the Employer may without affecting this guarantee grant time or other

indulgence to or negotiate further with the Bidder in regard to the conditionscontained in the said tender and thereby modify these conditions or addthereto any further conditions as may be mutually agreed upon between theEmployer and the Bidder.

b. That the guarantee hereinbefore contained shall not be affected by anychange in the constitution of our Bank or in the constitution of the Bidder.

c. That any account settled between the Employer and the Bidder shall beconclusive evidence against us of the amount due hereunder and shall notbe questioned by us.

d. That this Guarantee commences from the date hereof and shall remain inforce till ______________ (Date to be filled as mentioned in clause 1.1.2 c) ofNIT).

e. That the expression ‘the Bidder’ and ‘the Bank’ herein used shall, unless suchan interpretation is repugnant to the subject or context, include theirrespective successors and assigns.

4. THE CONDITIONS OF THIS OBLIGATION ARE: -a. if the Bidder withdraws his Tender during the period of Tender validity

specified in the Form of Tender, orb. if the Bidder does not accept the correction of his tender price in terms of

Clause E5.2 of the “Instructions to Bidders”.c. if the Bidder having been notified of the acceptance of his tender by the

Employer during the period of tender validity: -i) fails or refuses to furnish the Performance Security in accordance with

Clause F5.1 of the “Instructions to Bidders” and/orii) fails or refuses to enter into a Contract within the time limit specified in

Clause F4 of the “Instructions to Bidders”.We undertake to pay to the Employer mere on demand without demur upto theabove amount upon receipt of his first written demand, without the Employer havingto substantiate his demand provided that in his demand the Employer will note thatthe amount claimed by him is due to him owing to the occurrence of any one ormore of the conditions a., b., c. mentioned above, specifying the occurredcondition or conditions.

Page 36: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 21

Notwithstanding anything contained herein: -(a) Our liability under this Bank Guarantee shall not exceed Rs.___________ (Rupees

_____________)(b) This Bank Guarantee shall be valid up to ______________ [Date to be filled as

mentioned in clause 1.1.2 c) of NIT](c) We are liable to pay the guarantee amount or part thereof under this Bank

Guarantee only & only if you serve upon us a written claim or demand on or before_____________

Signature of Authorized Official of the Bank

Name of the Official _____________________

Designation _____________________

Stamp / Steal of the Bank

Page 37: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 22

Instructions to BiddersAnnexure-2 [As per clause F5 of ITT]

FORM OF PERFORMANCE SECURITY (GUARANTEE) BY BANK

1. This deed of Guarantee made this day of __________________ (Month&Year) betweenBank of __________________________ (hereinafter called the “Bank”) of the one part,and Delhi Metro Rail Corporation Limited (hereinafter called “the Employer”) of theother part.

2. Whereas Delhi Metro Rail Corporation Limited has awarded the contract for_______________________ (Name of work as per Clause 1.1.1 of NIT) (hereinafter calledthe “Contract”) to ________________________ (Name of the Contractor) (hereinaftercalled “the Contractor”).

3. AND WHEREAS the Contractor is bound by the said Contract to submit to theEmployer a Performance Security for a total amount of _________________ (Amount infigures and words).

4. Now, we the Undersigned _________________________ (Name of the Bank) being fullyauthorized 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 willguarantee the Employer the full amount ofRs.________________ (Amount in figuresand words) as stated above.

5. NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible toyou, on behalf of the Contractor and we hereby unconditionally, irrevocably andwithout demur undertake to immediately pay to the Employer upon first writtendemand and without cavil or argument, any sum or sums within limits of_________________ ( Amount of Guarantee) as aforesaid without reference to theContractor and without your needing to prove or show grounds or reasons for yourdemand for the sum specified therein. The Bank shall pay to the Employer anymoney so demanded notwithstanding any dispute/disputes raised by the Contractorin any suit or proceedings pending before any Court, Tribunal or Arbitrator/s relatingthereto and the liability under this Guarantee shall be absolute and unequivocal.

6. This Guarantee is valid till _________________ (The initial period for which thisGuarantee will be valid must be for at least 18months (eighteen months) longer thanthe original contract period.

7. At any time during the period in which this Guarantee is still valid, if the Employeragrees to grant a time extension to the Contractor or if the Contractor fails tocomplete the Works within the time of completion as stated in the Contract, or failsto 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 sameconditions for the required time on demand by the Employer and at the cost of theContractor.

8. The Bank agrees that no change, addition, modifications to the terms of the ContractAgreement or to any documents, which have been or may be made between theEmployer and the Contractor, will in no way release us from the liability under thisGuarantee; and the Bank, hereby, waives any requirement for notice of any such change,addition or modification to the Bank.

9. The Guarantee hereinbefore contained shall not be affected by any change in theConstitution of the Bank or of the Contractor.

10. The neglect or forbearance of the Employer in enforcement of payment of anymoneys, the payment whereof is intended to be hereby secured or the giving oftime by the Employer for the payment hereof shall in no way relieve the bank of theirliability under this deed.

11. The expressions “the Employer”, “the Bank” and “the Contractor” hereinbefore usedshall include their respective successors and assigns.

12. Partial and Multiple drawings/withdrawals are permitted under this bank guarantee.13. Notwithstanding anything contained herein:

Page 38: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 23

a) Our liability under this Bank Guarantee shall not exceed Rs.___________(Rupees____________)

b) This Bank Guarantee shall be valid up to ____________________.c) We are liable to pay the Guarantee amount or part thereof under this Bank

Guarantee only & only if you serve upon us a written claim or demand on orbefore ______________________.

In witness whereof I/We of the Bank have signed and sealed this Guarantee on the___________ day of _______________ (Month & year) being herewith duly authorized.

For and on behalf of the _____________________ Bank.

Signature of Authorized Bank officials.

Name : _____________________________

Designation : _____________________________

Stamp/Seal of the Bank : _____________________________

Signed, sealed and delivered for and on behalf of the Bank by the above named _________in the presence of: -

Witness-1 Witness-2Signature ___________________ Signature___________________

Name ______________________ Name______________________

Address ____________________ Address_____________________

Note: -1. The stamp papers of appropriate value shall be purchased in the name of the Bank,

who issues the ‘Bank Guarantee’.2. The ‘Bank Guarantee’ shall be from the Scheduled Commercial Bank based in India,

acceptable to Employer.3. The ‘Bank Guarantee’ must be issued on the Structured Financial Messaging System

(SFMS) platform.4. A separate copy of the BG has to be sent by the issuing bank to the Employer’s bank

through SFMS. The details of Employer’s bank are as under:ICICI Bank ltd.9A, Phelps Building, Connaught Place, New Delhi -110001IFSC Code: - ICIC0000007.

5. Following codes are to be used by issuing bank for the purpose of Confirmation andamendment in Bank Guarantees:-

Code Purpose

MT760 Confirmation of BankGuarantee

MT767 Amendment in Bank Guarantee6. Bank Guarantee issued on the SFMS platform with any other code other than

mentioned above for the purposes shall not be acceptable to the employer.

Page 39: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 24

Instructions to BiddersAnnexure-3

FORM OF CONTRACT AGREEMENT

(Refer Clause F4 of ITT)This Contract Agreement is made at New Delhi on the …………. day of ……….. (Month andYear) Between Delhi Metro Rail Corporation Limited, 5th Floor, Metro Bhawan, Fire BrigadeLane, Barakhamba Road, New Delhi –110 001 hereinafter called “the Employer” of the onepart and ……….……………..….. (Name & Address of Contractor) hereinafter called “theContractor” of the other part. Whereas the Employer is desirous that (*** certain Goods andServices should be provided and) the Works should be executed, viz. ………….(Name ofwork as mentioned under Clause 1.1.1 of NIT) hereinafter called “the Works” and hasaccepted a Tender by the Contractor for the execution and completion of such works (***as well as guarantee of such works) and the remedying of defects therein.

This agreement is signed between ……………………………………………. (for and on behalf ofthe Employer) and ……………………………………………………. (for and on behalf of theContractor).

NOW THIS AGREEMENT WITNESSETH as follows:1. In this Agreement words and expression shall have the same meanings as are

respectively assigned to them in the Conditions of Contract hereinafter referred to.2. The following documents shall be deemed to form and be read and construed as part

of this Agreement. These documents shall be signed by………………………………………..(for and on behalf of the Employer) and ………………………………………………… (for andon behalf of the Contractor).

a) Notice Inviting Tender (NIT)b) Instructions to Tenderers (ITT) (Including Annexures & Appendices)c) Special Conditions of Contract (SCC)d) General Conditions of Contract (GCC)e) Employer’s Requirement with Appendicesf) Specifications with Appendicesg) Bill of Quantitiesh) Form of Tender with Appendixi) Deletedj) Letter of acceptance (LOA)k) Deletedl) Addenda (If any)m) Any other item as applicable

3. In consideration of the payments to be made by the Employer to the Contractor ashereinafter mentioned, the Contractor hereby covenants with the Employer toexecute and complete the works by **……………. and remedy any defects thereinin conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of theexecution and completion of the works and the remedying of defects therein, theTotal Contract Price of **` …………………… being the sum stated in the letter ofacceptance subject to such additions thereto or deductions there from as may bemade under the provisions of the Contract at the times and in the mannerprescribed by the Contract.

5. OBLIGATION OF THE CONTRACTOR

The contractor shall ensure full compliance with tax laws of India with regard to thiscontract and shall be solely responsible for the same. The contractor shall submitcopies of acknowledgements evidencing filing of returns every year and shall keep

Page 40: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West Clusterfor lastmile connectivity with procurement, operation and maintenance of 16-22seaterlow floor ACElectrical (Battery Operated) buses.

Page 25

the Employer fully indemnified against liability of tax, interest, penalty etc. of thecontractor in respect thereof, which may arise.

6. JURISDICTION OF COURT

The Courts at Delhi/ New Delhi shall have the exclusive jurisdiction to try all disputesarising out of this agreement between the parties.

This contract is made in three copies with identical wording. Both parties having thoroughlyread and understood the contents hereof sign their names and affix the seal (if any) in thepresence of witness and each shall retain one copy.

IN WITNESS WHEREOF the parties hereto have caused their respective Common Seals to behereunto affixed / (or have hereunto set their respective hands and seals) the day and yearfirst above written.

For and on behalf of the Contractor For and on behalf of the Employer

Signature of the authorized official Signature of the authorized official

Name of the official Name of the official

Stamp/Seal of the Contractor Stamp/Seal of the Employer

SEALED, SIGNED & DELIVERED

By the said ………………….……(Name) on

behalf of the Contractor in the presenceof :

By the said ……………….……(Name) on

behalf of the Employer in the presenceof :

Witness

Name :………………………………………….

Address :………………………………………….

Witness

Name :………………………………………….

Address :………………………………………….

Note:

To be made out by the Employer at the time of finalization of the Form of Agreement.** Blanks to be filled by the Employer at the time of finalization of the Form of Agreement.*** To be deleted if not applicable

Page 41: NOTICE INVITING TENDER (NIT) - AWS

Page 1 of 41

,

FORM OF TENDER (FOT)TENDER No. DMRC/OPERATIONS/FBS-02/2018

PROVISION OFFEEDER SERVICES UNDER

WEST CLUSTERFOR LAST MILE CONNECTIVITY WITH

PROCUREMENT, OPERATION ANDMAINTENANCE

OF16-22 SEATERLOW FLOOR AC ELECTRIC

BATTERY OPERATED BUSES

DELHI METRO RAIL CORPORATIONLTD.5thFLOOR, A-WING, METRO BHAWAN, FIRE BRIGADE

LANE, BARAKHAMBA ROAD, NEW DELHI 110001

Page 42: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 2 of 41

FORM OF TENDER (FOT)

Dated:___________

To

CGM/ContractsDelhi Metro Rail Corporation Ltd.5th floor, A-Wing, Metro Bhawan,Fire Brigade Lane, Barakhamba Road,New Delhi-110 001.

Sub: - Contract No. DMRC/Operations/FBS-02/2018; Provision of Feeder Services UnderWest Clusterfor last mile connectivity with procurement, operation and maintenanceof 16-22 seater low floor AC ELECTRIC(BATTERY OPERATED) Buses.

1. Having visited the site and examined the General Conditions of Contract as well as SpecialConditions of Contract, NIT, Employer’s Requirements, Instructions to Bidders, tenderdrawings, including Bill of Quantity, for the execution of above named works, and the mattersset out in Appendix-1 hereto, and having completed and prepared Appendices1,2,6,7,10,10A, 11, 13,14, 15, 16, 17, 17A, 17B,17C, 18, 18A, 19, 19A, 20, 21, 22, 23, 25,26, 27and 28hereto, we the undersigned, offer to execute and complete such works andremedy defects therein in conformity with the said Conditions of Contract, Specifications, andAddenda (if any) for the amount as quoted in BOQ (Financial Bid) or such other sum as maybe ascertained in accordance with the said conditions.

2. We undertake (jointly and severally)*(a) to keep this Tender open for acceptance without unilaterally varying or amending its

terms for the period stated in Notice of Invitation to Tender hereto (the withdrawal of anymember or any other change in the composition of the partnership/ Joint Venture/Consortium on whose behalf this Tender is submitted shall constitute a breach of thisundertaking)*; and

(b) If our Tender is accepted, we will furnish at our option a Bank Guarantee forPerformance as security for the due performance of the Contract. The amount and formof such guarantee or bond will be in accordance with Clause 4.2 of the GeneralConditions of the Contract&Clause 12 of SCC and as indicated in the Appendix-1hereto; and

(c) to hold in confidence all documents and information whether technical or commercialsupplied to us at any time by or on behalf of the DMRC in connection with this Tender orwith the above-mentioned Works and, without your written authority or as otherwiserequired by law, not to publish or otherwise disclose the same.

3. We submit with this Tender a duly executed Tender Guarantee in respect of our obligationsunder this Tender.

4. Unless and until a formal Agreement is prepared and executed, this Tender, together with yourwritten acceptance thereof, shall constitute a binding contract between us.

5. We understand that you are not bound to accept the lowest or any tender you may receive.6. We declare that the submission of this Tender confirms that no agent, middleman or any

intermediary has been, or will be engaged to provide any services, or any other item of workrelated to the award and performance of this Contract. We further confirm and declare that noagency commission or any payment which may be construed as an agency commission hasbeen, or will be, paid and that the tender price does not include any such amount. Weacknowledge the right of the Employer, if he finds to the contrary, to declare our Tender to benon-compliant and if the Contract has been awarded to declare the Contract null and void.

7. This Tender shall be governed by and construed in all respects according to the laws for thetime being in force in India. The courts at New Delhi will have exclusive jurisdiction in thematter.

Page 43: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 3 of 41

8. We acknowledge that the Appendix forms an integral part of the Tender.9. If our Tender is accepted we understand that we are to be held solely responsible for the due

performance of the Contract.10. We undertake, if our Tender is accepted, to commence the works from date mentioned in

Letter of Acceptance to complete the whole of the Works comprised in the Contract for theperiod 10 Years [may be extended up to 2 Years].

Yours faithfully,

Signature ________________________

Date ____________________________

Name ____________________________

For and on behalf of ________________

Address__________________________

Witness ________________________ Witness ___________________________

Signature ______________________ Signature _________________________

Date __________________________ Date ______________________________

Name _________________________ Name _____________________________

Address _______________________ Address ____________________________

Note: -If the Bidder comprises a Partnership, Joint Venture or Consortium:-

a) The provisions marked with an asterisk are to be retained subject to deletion of thebrackets and inapplicable descriptions (i.e. Partnership, Joint Venture or Consortium).

b) The liability of each member under the Tender, and under any contract formed upon itsacceptance, will be joint and several.

c) An authorised representative of each member must sign the Tender.d) Signature on the Form of Tender shall be witnessed and dated.e) Copies of the relevant power of attorney shall be attached.

Page 44: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 4 of 41

FORM OF TENDER – Appendix-1REFER. C2.2(b) of ITT

APPENDIX TO THE FORM OF TENDER

S/N DESCRIPTION

REF TOCLAUSE

NO.REQUIREMENT

i Amount of Bank Guarantee asPerformance Security

Clause 4.2of the GCC

Rs. 10,00,000/- per bus, in types andproportions of currencies in which thecontract price is payableas per SCCClause no12.0.(Total of Rs. 9,90,00,000/-(Rs. 9.90 crore for 99 buses)

ii ‘Commencement Date’ of theServices

Clause 8.1of the GCC

Starting from 6 months from the date ofissue of LOA as mentioned in appendix34 of SCC

iii‘Time for Completion’ of thework from the CommencementDate

Clause 8.2of the GCC

10 Years from commencement date ofservices (COD) as mentioned in appendix34 of SCC, with provision of extension by2 years based on mutual consent.

iv Liquidated Damages Clause 8.5of the GCC

LD shall be levied as per rate given inClause 33.5 of SCC

v Amount of advance payment Clause 11.2of the GCC

Advance shall be paid in accordance withClause 25 of SCC

vi Insurance for workers/employees

Clause 15.4of the GCC

All of the contractor’s employees shallhave to be covered under ESI Act, 1948and ECA as per clause No30 of SCC.

vii Amount of Third Party Insurance Clause 15.3of the GCC

Rs. 0.75 Million for any one incident, withnumber of incidents unlimited.

viii Period in which all insuranceshave to be effected

Clause 15.5of the GCC

From the “Commencement Date” till thecompletion of work.

Date …………… Name …………………….

Place ………….. ………. Address ………………….

Signature of authorized signatory of Tenderer

Page 45: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 5 of 41

Appendix-2Refer. C2.2(c) of ITT

BILL OF QUANTITIES / PRICING DOCUMENT

I / We, _________________ (Name of Bidder/ Joint Venture) hereby undertake that, the Bill ofQuantities and Schedule of Payments duly completed in all respect has been uploaded by us inPackage-2 - Financial Package.

SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER

Page 46: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 6 of 41

FORM OF TENDER - APPENDIX 3

OUTLINE QUALITY PLAN

DELETED

Page 47: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 7 of 41

FORM OF TENDER - APPENDIX 4

OUTLINE SAFETY, HEALTH & ENVIRONMENT PLAN

DELETED

Page 48: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 8 of 41

FORM OF TENDER - APPENDIX 5

TENDERER’S TECHNICAL PROPOSALS

DELETED

Page 49: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 9 of 41

FORM OF TENDER - APPENDIX 6(Page1 of 2)Refer. 1.1.3.1 vii) d) of NIT,C2.2(g) of ITT

GENERAL INFORMATION ABOUT THE TENDERER

TABLE-A [TENDERER INFORMATION SHEET]Legal Name of Firm (Tenderer)

Legal status of the Firm (Tenderer)

Please tick the appropriate category :1. Sole Proprietorship Firm2. Partnership Firm3. Private Limited Company4. Public Limited Company5. Joint Venture6. Consortium

In case of JV/Consortium, Legal name ofeach partner with percentage participation(also provide information of each memberin separate sheet (page 2 of 2)

Name of Individualparticipant

% share

1.

2.

3.

Lead member of JV/Consortium

Tenderer’s legal address in India,telephone numbers, fax numbers, emailaddress for communicationTenderer’s authorized signatory (name,designation, address, contact no.)Tenderer’s authorized representative(name,designation, address, contact no.)

FOLLOWING NEEDS TO BE SUBMITTED BY THE TENDERER: (by each member incase of JV/consortium) :a) Affidavit in case of Proprietary firm.b) Partnership Deed in case of partnership firm.c) Memorandum & Article of Association in case of a Public/Private limited company.d) In case of JV/Consortium, MoU/Agreement (duly notarized) entered into by the joint

venture / consortium members, containing intended percentage participation,nomination of Lead Member and division of responsibility to clearly define the work ofeach member etc.

e) Authorization/Notarised POA in favour of authorized signatory of tenderer to sign thetender, and also in favour of authorized representative of each member in case ofJV/Consortium.

Note: Tenderer’s authorised representative shall be deemed to have authority of thetenderer to receive and deliver any correspondence and attend meetings with DMRCrelated to the tender.Signature of Authorized Signatory _____________________

Name of Authorized Signatory ________________________

Page 50: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 10 of 41

TABLE-B [JV/CONSORTIUM MEMBER INFORMATION]MEMBER – 1

JV/Consortium Member’s Legal Name

Legal status of the Member

Please tick the appropriate category :1. Sole Proprietorship Firm2. Partnership Firm3. Private Limited Company4. Public Limited Company5. Joint Venture6. Consortium

Member’s country of constitutionMember’s legal address, telephonenumbers, fax numbers, email address)Member’s authorized representative(name, designation, address)

MEMBER – 2JV/Consortium Member’s Legal Name

Legal status of the Member

Please tick the appropriate category :1. Sole Proprietorship Firm2. Partnership Firm3. Private Limited Company4. Public Limited Company5. Joint Venture6. Consortium

Member’s country of constitutionMember’s legal address, telephonenumbers, fax numbers, email address)Member’s authorized representative(name, designation, address)

MEMBER – 3

JV/Consortium Member’s Legal Name

Legal status of the Member

Please tick the appropriate category :1. Sole Proprietorship Firm2. Partnership Firm3. Private Limited Company4. Public Limited Company5. Joint Venture6. Consortium

Member’s country of constitutionMember’s legal address, telephonenumbers, fax numbers, email address)Member’s authorized representative(name, designation, address)

Signature of Authorized Signatory _____________________

Name of Authorized Signatory ________________________

Page 51: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 11 of 41

FORM OF TENDER - APPENDIX 7

Refer. C2.2(h) of ITT

Deployment of Minimum Numberof Personnel

S/N Project Personnel Minimum No.

1 Project Manager 3

2 Operations Manager 6

3 Billing Manager 3

4 Quality Control Manager 3

5 Store Keeper 6

6 Supervisor 4

7 Drivers As per requirement

8 Mechanic/Fitter/Cleaner etc. As per requirement

1. We hereby confirm to deploy the minimum manpower as stated above.2. We also confirm to deploy manpower over and above the requirementsas

indicated above ,if the work/services require so.

Signature of the Authorised

Signatory On Behalf Of Tenderer

The tenderer shall provide a complete staffing schedule and organisation chart he proposesfor the work which has to satisfy the requirement as stated above.

Page 52: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 12 of 41

FORM OF TENDER - APPENDIX 8

SCHEDULE OF COMPONENTS MANUFACTURED OFFSHORE

DELETED

Page 53: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 13 of 41

FORM OF TENDER - APPENDIX 9

TENDER INDEX

DELETED

Page 54: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 14 of 41

FORM OF TENDER-Appendix-10

Refer: C2.2(j) of ITT

RESOURCES PROPOSED FOR THE PROJECT- PLANTS & EQUIPMENTS

A Major depot workshop items

1 Fully automatic three brushes bus washing machine with simultaneous chassis and wheelwashingarrangement and complete with waste water treatment and recycling system.

2 Heavy duty vacuum cleaner

3 Fire safety equipment set4 Air compressorB General Machinery5 General tools, jigs and fixtures6 Brake drum turning / re-boring machine7 Hydraulic press8 Brake efficiency assessment system9 Wheel alignment10 Head light beam alignerC Fuel and lubricants related facilities / equipment11 Grease pump (Air operated)12 Hand held grease pump13 Pneumatic combined waste oil extractor and dispenserD Pollution checking and engine diagnostics, fuel14 Engine diagnostic system – completewith, sensors, microprocessor anddiagnostics softwareE Tyre system related items15 Pedestal mounted and portabledigital, with auto cut-off, tire inflationsystem16 Nitrogen tire inflation17 Tire – wheel rim dismantling andassembling system / tyre changer18 Wheel balancing equipmentF Capacity building facilities19. Simulators for Driver training20. training facilitiesand equipmentG Electricals21. Auto electrical test bench22. AC gas charger with AC gascylinders23. Battery charger auto cut‐off system24. Battery tester25. Multi-function testerH Material handling equipment / facilities26. Hydraulic jack27. Hydraulic pallet trolley28. Break down relief vanI Metal joining / cutting forming / facilities29. Pneumatic impact tools kit30. Portable electric welding machine31. Portable gas welding machine32. Full set of hand tools, includingtorque wrench, measuringinstruments, gauges,33. Riveting tools, hand drills, rivetingguns / equipmentJ Miscellaneous requirements34. Commercial washing machine

Page 55: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 15 of 41

35. Washing pumps with guns36. Complete set of workmen cupboards, rest room facilities,37. Office furniture, cup boards, all otheroffice requirements38. All utilities- phones, fax, mobilephones, printers, etc. for workshopand other offices,39. Vehicles for officers, checking,attending to alerts /emergencies40. Safety and security equipment /facilities41. Water cooler with water filter / purifier42. Room air conditioners, desertcoolers, heaters, fans in offices andworkshop areasK Material storage, holding, accounting and disposal facilities

43.

Storage facilities for: aggregates, tyres, oils andlubricants repairable as above scrapped and disposableitems as above

44. Vehicles for transportation ofmaterials, stores and spares

45. Desk tops and laptops, printers,related hard ware and software;cash counting, safe cashstorageand handling equipment

M Other ITS46. Electronic type passengerInformation display boards at BusTerminals, Bus Stops etc.

47. Other equipment, facility, tools etc. Ifany required for O&M of Buses andfor other facilitiesunder its control

1. We hereby confirm to deploy resources as listed above.2. We also confirm to deploy plants and equipment over and above the requirements as

indicated above ,if the work/services require so.

Signature Of The Authorised

Signatory On Behalf Of Tenderer

The tenderer shall provide complete details of resource, plant and equipment he proposes forthe work/services which has to satisfy the requirement as stated above.

Page 56: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 16 of 41

FORM OF TENDER - APPENDIX 10A

(Undertaking shall be given on Rs.100/-Stamp Paper duly notarized.)

UNDERTAKING FROM ORIGINALElectric BUS MANUFACTURER

[refer Clause 1.1.3.2 A. (i) of NIT,C2.2(k) of ITT]

We, __________________, Original manufacturer of the Electric Battery Operated Bus,hereby undertake and confirm the following: -i) We, will give priority to _______________ [name of the Bidder] in providing the Contracted

Buses to the Bidder as per delivery schedule once agreed [i.e. all99 Air-ConditionedElectricBuses (as mentioned in Scope of Work) to be supplied starting from 6 monthsto12 months from the date of issue of LOA by DMRC].

ii) We will provide adequate service support (AMC) to ensure smooth running of theContracted Buses offered by the Bidder.

iii) We will ensure timely supply of spare parts to the Bidder for the maintenance of contractedbuses.

iv) We will prioritize training to the Drivers and Technicians of the Bidder.v) We will provide the requisite technical know-how from time to time with technical literature

to the Bidder and DMRC.

Stamp & Signature of the Authorized Signatory of Electric Bus Manufacturer

Note: -1. Undertaking shall be given on Rs.100/- Stamp Paper duly notarized.

Page 57: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 17 of 41

APPENDIX- 11

(On Company’s Letter Head)

Undertaking for corrupt and fraudulent practice

(As Per Clause A4.2,C2.2(l) of ITT)

It is confirmed and declared that we, or any of our associate, have not been engaged in

any fraudulent and corrupt practice as defined in Clause 4.33 of the General Conditions of

Contract and that no agent, middleman or any intermediary has been, or will be, engaged

to provide any services, or any other items of work related to the award and performance

of this contract and no agency commission or any payment which may be construed as an

agency commission has been , or will be, paid and that the tender price will not any such

amount.

Stamp &Signature of Tenderer

NOTE:1. In case of JV/Consortium, the undertaking shall be submitted by each member of the

JV/Consortium.

2. The undertaking shall be signed by authorized signatory of the tenderer or constituent

member in case of JV/Consortium.

Page 58: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 18 of 41

FORM OF TENDER - APPENDIX 12

COPYRIGHT UNDERTAKING

DELETED

Page 59: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 19 of 41

FORM OF TENDER - APPENDIX 13

[As Per Clause C2.2 (o),C15.1&C15.2 of ITT]

PROFORMA FOR STATEMENT OF MINOR DEVIATIONS

The following are the particulars of minor deviations from the requirements of the Tender Document:

S/N Clause DeviationsRemarks

(includingjustification)

Confirming that price of adjustmentof each deviation/s is given in

Annexure 13A of financial package(Yes/No)

Note: -

1. The Bidder shall indicate price adjustment against each deviation in Annexure-13A of BOQ.

This price is the price which the bidder shall reduce from his tender price if deviation(s) is / are

accepted by the Employer.

2. Where there is no deviation, the statement should be returned duly signed with an endorsement

indicating ‘No Deviations’. In case, Performa of deviations is not submitted or submitted as

blank, it will be construed that the bidder has not proposed any deviations from tender

documents.

3. If the bidder proposes deviations in tender documents and / or any other terms and conditions

of the tender, other than in this Annexure, it will have no effect.

Signature of Authorized Signatory

On behalf of Bidder

Page 60: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 20 of 41

FORM OF TENDER-APPENDIX 14

PROJECT IMPLEMENTATION PROGRAMME

S.N Project MilestoneElapsedTimefrom Date ofissue of LOA

1Project Milestone No. 1 :

Financial Closure 2(Two) Months

2 Project milestone No. 2Providing depot infrastructure operational in all respects. 5(Five ) Months

3Project Milestone No. 3:

Services of 25 % of Stage Carriages(25 ACElectric Battery OperatedBuses)

6 (Six) Months

4

Project Milestone No. 4:Services of additional 50 % of Stage Carriages(50ACElectric BatteryOperated Buses)(i.e upto 75% of stage carriage services viz. 75 AC

Electric Battery OperatedBuses)

9 (Nine) Months

5Project Milestone No. 5 :Services of another 25% of StageCarriages(24AC Electric Batteryoperated buses).(i.e upto 100% ofstage carriage services viz.99 ACElectric Battery OperatedBuses)

12(Twelve)Months

Note:The tenderer shall submit with his tender, an implementation programme that shall indicate howthe tenderer intends to organise and carry out the works/services and achieve stages/milestoneas described in tender condition.

Page 61: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 21 of 41

FORM OF TENDER - APPENDIX 15

FINANCIAL DATADELETED

Page 62: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 22 of 41

FORM OF TENDER – APPENDIX 16WORKS IN HAND

DELETED

Page 63: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 23 of 41

FORM OF TENDER - Appendix-17

FORMAT FOR EXPERIENCE OF THE BIDDER(referClause 1.1.3.1 v(e) &1.1.3.2 B(vii). of NIT,C2.2(s) of ITT)

S/N Name of theBidder

Type ofVehicle

No. ofVehicles

with PermitPCU

FactorCategory

ExperienceWeight

No. ofMonths inOperation

Total PCU YearsExperience

1 2 3 4 5 6 7 8=(4x5x6x7)/12

1. Sole Bidder

OR

2. Lead Member

3. OtherMember-1

4. OtherMember-2

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

Note: -1. The Bidder should provide details of only those Permits that are issued in its own name or

in the name of the subsidiary entity (i.e. the Bidder should hold at least 51% of the commonequity of subsidiary Company as on 31-March-2018).

2. Project experience of the Bidder's associate company (who is not a member of theConsortium) will not be considered for computation of the total operational experience.

3. Any Bidder consisting of a single entity should fill in details as per the row titled Sole Bidderand ignore the other rows mentioned below. In case of a Consortium, the details need to beprovided as per the lower rows and the row titled Single Entity Bidder may be ignored.

Page 64: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 24 of 41

FORM OF TENDER - Appendix-17A

FORMAT FOR EXPERIENCE OF THE BIDDER(refer Clause 1.1.3.1 v(e) &1.1.3.2 B(vii). of NIT,C2.2 (t) of ITT)

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

Instructions: -1. Bidders are expected to provide information in respect of each vehicle in this section.

Information provided in this section is intended to serve as a backup for information providedin accordance with Appendix-17. Along with this Bidder needs to furnish copyof eachpermit.

2. A separate sheet should be filled for each of thevehicle.3. Refer Clause 1.1.3.2 B. of NIT for Category and PCU factors for thevehicle.4. In-case of foreign companies / operations outside India, endorsement from Indian Embassy

from the country of operation (from where such permit was issued) should beprovided.

It may be noted that in the case of submission of partial information, the same would be consideredinadequate and could lead to exclusion of the relevant project in computation of OperationalExperience.

Refer Instruction (Bidder to fill up the Details here)

Name of the Entity

Name of the Permit HolderPermit (Copy of Permit to beattached) Copy of Permit to be attached

Address

Type of Vehicle 3. belowRegistration Number of the regularVehicleMaximum No. of Passengers cancarry at one timePeriod of Validity

Date of Expiry

Route of the Area

Months of Operation

Page 65: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 25 of 41

FORM OF TENDER - Appendix-17BRefer. 1.1.3.1 v(e) & 1.1.3.2 B(vii)of NIT,C2.2(t) of ITT

GUIDELINES FOR PROVIDING INFORMATION RELATED TO EXPERIENCE

It may be noted that in the event of any discrepancy between any information, required to beprovided under Appendix-17 and Appendix-17A, and the certificate to be obtained from thestatutory auditor, as required hereunder, such information would be considered deficient and shallnot be considered for computation of experience required under the Project.

1. The bidder shall provide a certificate from its Statutory Auditor in the format given below: -

This is to certify that _____________ (Name of the Bidder)has the following experience: -

S.No Name of theBidder

Type ofVehicle

VehicleRegistration

No.IssuingAgency

PCUFactor

CategoryExperience

Weight

No. ofMonths inOperation

1.

2.

3.

4.

5.

6.

Signature of the Statutory Auditor of the Bidder

Name of the Partner ___________________________

Name of the Statutory Auditor Firm / Company ___________________________

Registration Number of the Partner ___________________________

Address of the Statutory Auditor ___________________________

Phone Number of the Statutory Auditor Firm / Company ___________________________

Fax Number of the Statutory Auditor Firm / Company __________________________

Page 66: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 26 of 41

Appendix-17C (Undertaking by OEM)

Refer Clause 1.1.3.2 A(ii) of NIT

We do hereby undertake that we______________(Name of Bus Manufacturer) are an Original and

registered Electric Bus Manufacturer (OEM) with design and bus manufacturing facilities and have

supplied at least 200 Electric buses over the last five financial years including the financial year

2017-18.

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

____________________________________________________________________________

Note:

Documentary proof (Trade license, company registration certificate, purchase order etc.) tosubstantiate manufacturing & supplying of minimum 200 electric buses in last five financial yearsincluding the financial year 2017-18 should be submitted

Page 67: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 27 of 41

Appendix- 18 (Financial DATA)Refer. Clause 1.1.3.2 C OF NIT&(C2.2(u) &F1.2) of ITT

Applicant’s legal name …………………………Date………………………………..............Group Member’s legal name………………………… Page ……….. of ……….. Pages

Each Applicant or member of a JV must fill in this form

This Appendix-18 of FOT shall be duly certified by Chartered Accountant / Company Auditor inoriginal under his signature, stamp and membership number.

S.N. Description Financial Data for Last 3 Years (Indian Rupees)2015-2016 2016-2017 2017-2018

1. Total Assets

2. Current Assets

3. Total External Liabilities

4. Current Liabilities

5. Annual Profits Before Taxes

6. Annual Profits After Taxes

7. Net Worth [= 1 - 3]

8. Liquidity [= 2 - 4]

9. Return on Equity

10. Annual turnover

1 11. Gross Annual turnover

Attach copies of the audited balance sheets, including all related notes, income statements for the lastfive audited financial years, as indicated above, complying with the following conditions.

1. The years mentioned in the table are indicative only. Financial data for last 3 (three)audited financial years shall be considered for evaluation. In case audited balance sheetof the last financial year is not made available by the bidder, he has to submit anaffidavit as per Appendix-18A to Form of Tender {FOT}. In such a case the financial dataof previous ‘2’ audited financial years will be taken into consideration for evaluation. Ifaudited balance sheet of any year other than the last year is not submitted, the tenderwill be considered as non- responsive.

2. In case the Liquidity is inadequate, the tenderer may submit Banking Reference toestablish that they have access to the required working capital.

3. Separate Performa shall be used for each member in case of JV/Consortium.4. All such documents reflect the financial data of the Applicant or member in case of JV, and not

sister or Parent Company.5. Historic financial statements shall be audited by Statutory Auditor of the Company under their

seal & stamp and shall be strictly based on Audited Annual Financial results of the relevantperiod(s). No statements for partial periods will be accepted.

6. Historic financial statements must be complete, including all notes to the financial statements.7. Foreign applicants, in whose country calendar year is also the financial year, may submit all

relevant data for the last 3 years i.e. 2015 ,2016 and 2017.

8. Return on Equity = Net Income / Shareholders EquityReturn on Equity = Net Income is for the full fiscal year (before dividends paid to common stockholders but after dividends to preferred stock). Share holders equity does not include preferredshares.

Page 68: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 28 of 41

Appendix- 18A

(Affidavit for Unaudited Balance Sheet as per First Bullet of Notes of NITClause 1.1.3.2 C,C2.2(u) of ITT)

(On a non-judicial stamp paper of appropriate value)

(To be filled by the bidder* in case their Balance Sheet for F.Y. 2017-2018 has not beenaudited. If the Balance sheet for F.Y. 2017-18 has been audited then the bidder neednot to fill this form or may simply write “NOT APPLICABLE”)

I,………………………………………………………….…….. (Name and designation of Authorised

signatory) of………………………………………….……………………………………………(Name of

Company/Firm/Proprietorship/Partnership)hereby confirm that the Balance sheet for Financial year i.e.

F.Y. 2017-18 has actually not been audited/ or under finalisation so far.

Signature of authorized signatoryon behalf of Tenderer

* In case the bidder is a Joint Venture/Consortium, each individual member has tosubmit this affidavit.

Page 69: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 29 of 41

FORM OF TENDER- Appendix- 19

(Undertaking as per clause 1.1.3.1 v(a), v(b),v(e) and v(f) of NIT,C2.2(v) of ITT)

We do hereby undertake that DMRC / Any other Metro Organisation (100% owned by Govt.),

Ministry of Housing and Urban Affairs / Any govt. Agency/ any PSUs/Order of Ministry of

Commerce, applicable for all Ministry has not banned business with us as on the date of tender

submission. Also any work, executed either individually or in a JV/Consortium, has not been

rescinded / terminated by DMRC / Any other Metro Organisation (100% owned by Govt.)/Anygovt. agency/any PSUs, after award of contract to us during last 3 years (from the last day of the

previous month of tender submission) due to our non-performance.

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

_______________________________________________________________________________

Note :

1. In case of JV/Consortium, the undertaking shall be submitted by each member of theJV/Consortium.

2. The undertaking shall be signed by authorized signatory of the tenderer. In case ofJV/Consortium by the authorized signatory of the constituent members counter signed by theauthorized signatory of tenderer.

Page 70: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 30 of 41

FORM OF TENDER(Appendix- 19A)

(Undertaking as per clause 1.1.3.1 v(c) & 1.1.3.1 v(f) of NIT,C2.2(w) of ITT)

(to be submitted by tenderer ( single entity / JV) and also by each member of theJV/Consortium separately)

(i) We do hereby undertake that following are the list of all the on-going Bus Services OR StageCarriage/Contract Carriage Services awarded by DMRC / any other Metro Organisation(100% owned by Govt.)/ any govt. department / or any PSUs of value more than 40% of theNIT Cost of work and the list of completed Bus Services OR Stage Carriage/ContractCarriage Services within last one year (from the last day of the previous month of tendersubmission)of value more than 40% of the NIT Cost of work.

Applicant’s legal name …………………… Date…………………

Group Member’s legal name…………….. Page …… Of ….. Pages

S.No.

ContractNo. &Name ofWork

Name ofEmployer /Client

Name of thecontractor includingconstituent membersin case ofJV/Consortium

Performanceof work

Performance basedon

1 *Satisfactory /unsatisfactory

* Client’s certificate /Undertaking bytenderer

2

Add required number of rows

* Strikethrough whichever is not applicable.(ii) We also do hereby undertake that the performance of works has been indicated above for all the

Works which are either based on Client/ Employer certificate or our undertaking. We alsounderstand that DMRC at its sole discretion may get performance of any such work, for whichundertaking of satisfactory performance has been given by us, directly from the Client / Employerfor the Works listed above and if performance from Client / Employer for such work is found to beunsatisfactory, we shall be considered non-compliant to the tender condition.

Note :a) The tenderer may either submit satisfactory performance Certificate issued by the Client /

Employer for the works or give an undertaking regarding satisfactory performance of the workwith respect to completion of work/execution of work (for on-going works) failing which theirtender submission shall not be evaluated and the tenderer shall be considered non-responsiveand non-compliant to the tender conditions. In case of non-submission of either satisfactoryperformance Certificate from Client / Employer or undertaking of satisfactory performance of anyof the above work, the performance of such work shall be treated as unsatisfactory whileevaluating the overall performance of tenderer in terms of Note (b) below.

b) If the tenderer or any of the constituent ‘substantial member(s)’ of JV/Consortium has reportedfour or less number of works in the Appendix 19A then there should not be any unsatisfactoryperformance in any of the works of tenderer or any of the constituent ‘substantial member(s)’ ofJV/Consortium. Otherwise, the tenderer including the constituent ‘substantial member(s)’ of

Page 71: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 31 of 41

JV/Consortium shall be considered ineligible for participating in tender process. In other cases, ifthe Overall Performance of tenderer or any member of the constituent ‘substantial member(s)’ incase of JV/Consortium, in more than 20% of the works reported in the Appendix 19A (roundingoff to the nearest lower whole number) is unsatisfactory, the tenderer including the constituent‘substantial member(s)’ of JV/Consortium shall be considered ineligible for participating in tenderprocess and they shall be considered ineligible applicants in terms Clause 1.1.3.1 of NIT.

c) If there are any adverse remarks in the client’s completion/performance certificate, the sameshall be examined during technical evaluation.

d) If there is any misrepresentation of facts with regards to performance in any of the worksreported above, the same will be considered as “fraudulent practice” under clause 4.33.1a(ii) ofGCC and the tender submission of such tenderers will be rejected besides taking further actionas per Clause 4.33.1(b) & (c) & 13.2.1 of GCC.

e) The undertaking shall be signed by authorized signatory of the tenderer. In case ofJV/Consortium by the authorized signatory of the constituent members counter signed by theauthorized signatory of tenderer.

Stamp & Signature of Authorised Signatory

______________________________________________________________________ _

Example:

Works reported in the Appendix 19A 0-4 5 6 7 8 9 10 14

No. of unsatisfactory worksacceptable

Nil 1 1 1 2 2 2 3

Page 72: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 32 of 41

FORM OF TENDER- Appendix- 20(Undertaking as per clause 1.1.3.1 v(d),V(e) and v(f)of NIT,C2.2(x) of ITT)

(UNDERTAKING FOR NOT BEING PENALISED IN A CONTRACT)

We do hereby undertake that we have been neither penalized with liquidated damages of 10% (or

more) of the Contract value in a contract due to delay nor imposed with penalty of 10% (or more)

of the Contract value due to any other reason in the work executed either individually or in a

JV/Consortium during last three years in any related work awarded by DMRC/ any other MetroOrganisation (100% owned by Govt.)/ any govt. department / or any PSUsexecuted eitherindividually or in a JV/Consortium during last three years (from the last day of the previousmonth of tender submission).

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

______________________________________________________________________________

Note:

1. In case of JV/Consortium, the undertaking shall be submitted by each member of theJV/Consortium.

2. The undertaking shall be signed by authorized signatory of the tenderer. In case ofJV/Consortium by the authorized signatory of the constituent members counter signed by theauthorized signatory of tenderer.

Page 73: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 33 of 41

APPENDIX- 21

(UNDERTAKING FOR FINANCIAL STABILITY)(Ref. Clause 1.1.3.1 (vi) of NIT,C2.2(y) of ITT)

We do hereby undertake that we have not suffered bankruptcy/insolvency during the last 3 years.

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

______________________________________________________________________________Note:

1. In case of JV/Consortium, the undertaking shall be submitted by each member of

the JV/Consortium.

2. The undertaking shall be signed by authorized signatory of the tenderer. In case of

JV/Consortium by the authorized signatory of the constituent members counter signed by the

authorized signatory of tenderer.

Page 74: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 34 of 41

APPENDIX- 22Refer. Clause C 2.2(z) of ITT

UNDERTAKING FOR DOWNLOADED TENDER DOCUMENT

We here by confirm that, we have downloaded / read the complete set of tender documents (as

detailed in NIT Clause 1.1.4)/addendum/clarifications along with the set of enclosures hosted on e-

tendering portal http://eprocure.gov.in/eprocure/app. We confirm that we have gone through the bid

documents, addendums and clarifications for this work placed upto the date of opening of bids on

the e-tendering portal [http://eprocure.gov.in/eprocure/app]. We confirm our unconditional

acceptance for the same and have considered for these in the submission of our financial bid.

Stamp &Signature of authorized signatory

Page 75: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 35 of 41

APPENDIX- 23[As per 1.1.3.2 C(i) of NIT,C2.2(bb) of ITT]

SAMPLE FORMAT FOR BANKING REFERENCE FOR LIQUIDITY

(Banking reference should be on letter head of the bank)

BANK CERTIFICATE

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

financial standing.

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

the above firm, we shall be willing to provide overdraft / credit facilities to the extent of

Rs....................... to meet their working capital requirements for executing the above contract.

___Sd.___

Name of Bank:__________

Senior Bank Manager_____________

Address of the Bank_______________

Change the text as follows for Joint Venture:

This is to certify that M/s .................................................... who has formed a JV with M/s.................................................... and M/s .................................................... for participating inthis bid, is a reputed company with a good financial standing.

If the contract for the work, namely..............................................................................is awardedto the above joint venture, we shall be able to provide overdraft / credit facilities to the extent ofRs....................... to M/s .................................................... to meet their working capitalrequirements for executing the above contract.

[This should be given by the JV members in proportion to their financial participation]

Page 76: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 36 of 41

APPENDIX- 24

(On Company’s Letter Head)

Undertaking for disclosure of information under RTI Act(Ref clause C2.2(cc) of ITT)

DELETED

Page 77: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 37 of 41

APPENDIX- 25

REFUND OF EMD THROUGH NEFT/ RTGS

(Ref. Clause C2.2 (dd) of ITT)

1. Name of the firm/ Bidder:

2. Complete Address:

3. Name of the Bank:

4. Branch:

5. Address of the Bank Branch:

6. Account Type:

7. Account Number:

8. IFS Code of the bank Branch:

9. MICR Code of the Bank Branch:

10. Whether a cancelled Cheque of the Bidder/Firm submitted: Yes or No (Please tick)

(A cancelled cheque to be enclosed)

Certified that the information furnished above is correct.

Signature of the Authorized person of the

Firm/ bidder with seal & Date

Page 78: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 38 of 41

APPENDIX- 26Refer. C2.2(ee) OF ITT

Obligation/ Statutory Compliance to be ensured by Contractor after award of Work

Sl.No. Items

Compliance of Contractor(To be filled by contractor)

Yes No

1 License for employing contract labour

2 Compliance of minimum wages Act by payment ofwage on 7th of every month through Bank or in thepresence of nominated representative of employer(DMRC Supervisor/manager)

3 (a) Compliance of provision of ESI Act, EPF Act, andEmployees Compensation Act

3 (b) Ensure treatment in ESI hospital in case ofaccident/injuries suffered in performance of work andcompensation under ESI Act.

4 Send Accident report to Regional LabourCommissioner (RLC) & ESI authorities.

5 Observance of working hours, weekly rest andovertime payments as per minimum wages Act-1948.

Note: - A Non- filling or ‘No’ by contractor will lead to non-eligibility for contractor in furthertendering process.

Signature with seal of Tenderer (Each member in case of JV)

Page 79: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 39 of 41

FORM OF TENDER- APPENDIX- 27

(Ref. Clause 1.1.3.1 viii (a) and 1.1.3.1 viii(b) of NIT,C2.2(ff) of ITT)

1. I/We hereby confirm and declare that my/our firm/company,M/s............................................, has not been put on defaulter’s list ofEPF/ESI/GST/Labour Deptt. etc. during the last three years (from the last day of theprevious month of tender submission).

2. I/We hereby confirm and declare that my/our firm/companyM/s............................................ is not involved in any illegal activity and/or has notbeen charge sheeted for any criminal act during the last three years (from the lastday of the previous month of tender submission).

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

_________________________________________________________________________________

Note :

1. In case of JV/Consortium, the undertaking shall be submitted by each member of theJV/Consortium.

2. The undertaking shall be signed by authorized signatory of the tenderer. In case ofJV/Consortium by the authorized signatory of the constituent members counter signed bythe authorized signatory of tenderer.

Page 80: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 40 of 41

FORM OF TENDER- Appendix-28Refer. C2.2(gg)& C24 of ITT

CHECK LIST FOR TECHNICAL AND FINANCIAL SUBMISSIONOpen E-Tender, in Two Bid System for Provision of Feeder Services UnderWestClusterforlast mile connectivity with procurement, operation and maintenance of16-22seaterlowfloor AC Electric Battery Operated Buses.Name of the Bidder : M/s ________________________

S/N ItemSubmitted Reference Page

No. in theTechnicalSubmittal

Yes No

CHECK SHEET FOR TECHNICAL SUBMISSIONDocuments required to be submitted along with the Technical Package

1 Tender Cost and Tender security (EMD) Details

1.1 Scanned copies of transaction of payment of tendercost including e-receipt

1.2

Tender security of requisite amount submitted inseparate sealed envelope (in case of BG, FDR, DD,Banker’s Cheque) or Scanned copies of transactionof payment of EMD including e-receipt (in case ofRTGS/NEFT/IMPS)

2 POWER OF ATTORNEY

2.1 Copy of POA / Authorization in favour of authorizedsignatory of tender documents.

2.2 In case of JV / Consortium, POA by each memberin their authorized signatory.

2.3

Documents of constitution of the legal entity(Undertaking for proprietorship / Partnership deed /Memorandum and Articles of Association), eachmember in case of JV / consortium.

3 DOCUMENTS REQUIRED AS PER CONTRACT

3.1 Form of Tender (FOT) duly signed by Authorisedsignatory and also signed by witness.

3.2 Contract Conditions - Appendix-1 of FOT

3.3 Undertaking for submission of duly completed BOQ/ PRICING DOCUMENT - Appendix-2

3.4 General information & Joint Venture Data -Appendix-6

3.5 Deployment of minimum number of personnel-Appendix-7

3.6 Resources proposed for the project-plants andequipment Appendix-10

3.7 Undertaking for Original Electric BatteryOperated Bus Manufacturer - Appendix-10A

3.8 Affidavit (Undertaking for Corrupt and FraudulentPractice) - Appendix-11

3.9 Proforma for Minor Deviations - Appendix-13

3.10 Project implementation programme –Appendix-14

Page 81: NOTICE INVITING TENDER (NIT) - AWS

Tender No.DMRC/Operations/FBS-02/2018 – Provision of Feeder Services under West cluster for lastmile connectivity with procurement, operation and maintenance of 16-22seater low floor ACElectric(battery operated)buses

Page 41 of 41

3.11 Undertaking for Banned Business and Rescinded /terminated work - Appendix-19

3.12 Undertaking Appendix-19A

3.13 Undertaking for not being Penalized in a Contract -Appendix-20

3.14 Undertaking for Financial Stability - Appendix-21

3.15 Undertaking for Downloaded Tender Document -Appendix-22

3.16 Banking Reference - Appendix-23

3.17 Details of refund of EMD through NEFT / RTGS -Appendix-25

3.18 Undertaking for compliances of Labour Laws -Appendix-26

3.19 Undertaking- Appendix-27

3.20 Check List - Appendix-28

4.0 WORK EXPERIENCE & FINANCIAL DATA4.1 Work Experience-Appendix-17

4.2 Work Experience-Appendix-17A

4.3 Undertaking from OEM

4.4 Work Experience Guidelines-Appendix-17B

4.5 Financial Data - Appendix-18

4.6 Affidavit for Unaudited Balance Sheet - Appendix-18A

5.0 ADDITIONAL REQUIREMENTS

5.1 PAN No. submitted by Bidder.

5.2

Self-attested Copy of the Goods and Service Taxregistration certificate as per Central Goods andService Tax Act’ 2017 and State Goods andService Tax Act’2017 in the state of Delhi i.e. theplace of supply of goods and services.

5.3 EPF Registration No.

5.4 ESI Registration No. and Code No. as per ESI Act,1948

CHECK SHEET FOR FINANCIAL SUBMISSIONDocuments required to be submitted along with the Financial Package1. Financial Bid

Note: The check list is indicative and not exhaustive. The bidders must go through thecomplete tender documents and submit the required document accordingly.

I have checked the above list with our submittal. I am also aware that if the application is notcontaining the above documents, our application is likely to be rejected.

Seal:

Date:(Signature of Bidder)

Page 82: NOTICE INVITING TENDER (NIT) - AWS

Employers Requirements 1

EMPLOYER’S REQUIREMENTSTENDER No.DMRC/OPERATIONS/FBS-02/2018

PROVISION OF FEEDER SERVICEUNDER

WEST CLUSTERFOR LAST MILE CONNECTIVITY

WITHPROCUREMENT, OPERATION AND

MAINTENANCEOF

16-22SEATERLOW FLOOR AC ELECTRIC(BATTERY OPERATED) BUSES

DELHI METRO RAIL CORPORATION LTD.5thFLOOR, A-WING, METRO BHAWAN, FIRE BRIGADE

LANE, BARAKHAMBA ROAD, NEW DELHI 110001

Page 83: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for LastMile Connectivity with Procurement, Operation and Maintenance of 16-22 seater low floor ACElectric Buses

Employers Requirements 2

EMPLOYER’S REQUIREMENT

1.0 SCOPE OF WORKProvision of Feeder Service under West Clusterfor Last Mile Connectivity withProcurement, Operation and Maintenance of 16-22 seaterlow floor AC Electric(Battery Operated )busesshall include the following: -

1.1 PROCUREMENT AND SPECIFICATION OF BATTERY OPERATED BUSES1.1.1 AC BATTERY OPERATED BUSES,7-8 METER, SEATING CAPACITY 16-22,LOW FLOOR

For provision of services ,the Contractor shall be required to procure 99low floor ACBATTERY OPERATED BUSES (7-8 Meters, 16-22 seater).

The buses should conform to all the relevant specifications as prescribed under theUrban Bus Specifications-II (USB-II), by MoUD, GoI, (now MoUHA). The specificationswith certain specific requirements can be seen in Appendix-29 to the Employer’sRequirement.

The buses shall be required to meet all applicable requirements under MotorVehicles Act, 1988, and Central Motor Vehicle Rules, 1989, along with any & allamendments therein and other statutory & legal requirements. The buses shall beequipped with GPS and CCTV with arrangements for monitoring on day to day basison real time.

All approvals / clearances related toprocurement and subsequent operation ofbuses shall be obtained by the Contractor at its own cost & resources.

Use of Intelligent Transport Systems (ITS) shall be prioritized by the DMRC so thatoperation and monitoring of buses can be done in a more effective manner. Thecontractor shall allow access by DMRC authorized personnel to monitor the ITScomponents and reports as and when required.

For fare collection purposes, DMRC may install Smart Card Validator in the bus, asper requirement of DMRC, and the same shall be installed in such a manner that theDriver of the bus can control / ensure revenue collection from his position withoutany revenue leakage. It shall be responsibility of the Contractor’s personnel (Driver /Supervisor) in absence of conductor.

1.1.2 REGISTRATION OF BATTERY OPERATED BUSESThe Contractor shall be required to get the buses registered in its name with the

appropriate authority. All costs related to registration of buses shall be borne byContractor.

1.1.3 OPERATION OF BUSESThe battery operated busesshall be deputed to run on the routesas per the detailsgiven in Appendix-30 to the Employer’s Requirement.It may be noted that theseroutes are tentative and DMRC may revise the same at its sole discretion.The Contractor shall be required to satisfy themselves regarding route length, typeof road, scheduled KMs, etc. and other terms & conditions mentioned in this Tenderbefore submitting their proposal. Typically revenue operation operated buses shall

Page 84: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for LastMile Connectivity with Procurement, Operation and Maintenance of 16-22 seater low floor ACElectric Buses

Employers Requirements 3

be from 6 AM in the morning to 11 PMin late night. Frequency of the bus serviceshall be 5-10 minutes.Based on above, average run (including idle KMS and revenue service KMS) perday shall be approx. 188 KMS per bus. All costs related with operation of buses shallbe borne by the Contractor.Revenue service hours required for the operation of each bus shall be 17 servicehours per day.For the purpose of Operation of buses on the indicated route, the Contractor shallbe required to obtain/timely renew ‘Stage Carriage’ permit from State TransportAuthority, GNCTD, at their own cost. DMRC Ltd. may facilitate the Contractor ingetting the desired permit.The buses may be utilized by DMRC for feeder services on other routes.

1.2 PROCUREMENT AND INSTALLATION OF BATTERY CHARGING INFRASTRUCTUREThe procurement, installation, commission and maintenance of Battery ChargerInfrastructure for low floor Air-Conditioned Battery Operated buses shall be in thescope of Contractor.DMRC will provide basic civil infrastructure like flooring, boundary wall and checkpost, electricity and water connection at one point in depot at Nangloi, PunjabiBagh and Shadipur. Contractor has to construct the required necessary depotinfrastructure facilities like administration block, Maintenance shed, Store rooms andworkshop etc. for parking and maintenance of buses as per the layout planenclosed at Appendix-35 of SCC. In addition to it, 3 rooms( each of at least 20 sqm.Area)1 each for unit incharge,control room, ticket/cash/schedule section,2washrooms( one each for ladies and gents) shall be constructed by the contractor.The above work is indicative and may vary as per actual site condition duringexecution or due to administrative reasons. No extra claim whatsoever is permittedon this account.

DMRC shall provide electricity connection from the nearest distribution board in thestation premises to the depot spaceand the Contractor shall be required to tap theelectricity from DMRC’s nearest Distribution Board with its own infrastructure /resources. For the purpose, if any augmentation in the electricity infrastructureprovided by DMRC is required in the depot, the same shall be in the scope of theContractor.The Contractor shall be required to pay all costs associated with provision ofelectricity and water and monthlyrecurring cost based on consumption.All costs associated with procurement, installation and maintenance of batterycharging infrastructure, auto bus washing and cleaning plant and other requisite tools,plants and machineries for buses maintenance shall be borne by the Contractor.Installation of Battery chargers and their subsequent operation shall conform to allguidelines as is applicable under the Electricity Act, 2003, and all related clearances inthat regard shall be obtained by the Contractor at its own cost & resources

1.3 MAINTENANCEThe Contractor shall be responsible for maintenance of the Buses, depotinfrastructures, plants, machineries in order to keep them in good working conditionand to ensure safety of the passengers. The Contractor shall keep the bus road-worthy in terms of the provisions of Motor Vehicles Act, 1988, and Central MotorVehicle Rules, 1989, made therein from time to time by carrying out necessarymaintenance & repairs. The expenditure related to maintenance of the Bus, depotinfrastructures, plants ,machineries and other associated costs such as tyres, spares,lubricants, wage of Drivers, Cleaner etc shall be borne by the Contractor .

Page 85: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for LastMile Connectivity with Procurement, Operation and Maintenance of 16-22 seater low floor ACElectric Buses

Employers Requirements 4

1.4 AVAILABILITY OF INFRASTRUCTURE (BATTERY OPERATED BUSES AND BATTERY CHARGER)The Contractor shall make the Buses available on all days as per timetable. Theyshall make the required buses available for the period requisitioned in a day andoperate the scheduled kilometresfor specified number of hour given for the day.The Contractor shall ensure availability of 99(Ninety Nine) buses during operationalhours. In case the Contractor fails to make the Bus available with requiredfrequency, except on account of external factors viz. traffic congestion, roadrepairs, etc. then the same may attract penalty as specified in Appendix-32iofSpecial Conditions of Contract. The same shall be deducted from the amountpayable to the Contractor. The Bus routes have been defined at 1.1.3 above andin order to ensure the same, fleet average kilometres per bus per day would be 188KMS.The assured kms will be 150 kms per bus per day.

1.5 ENGAGEMENT OF MANPOWER RESOURCES1.5.1 DRIVERS

The Contractor shall provide Drivers (at least 10+2 class pass) having a valid drivinglicense (HTV) and Passenger Service Badge (PSV) for the Buses. The Driver shall be inprescribed Uniform while on duty. Necessary supervision shall be arranged by theContractor so that the Drivers, other manpower resources and buses & associatedinfrastructure are looked after properly. The Driver employed by the Contractorshall possess a medical fitness certificate from a registered Medical Practitioner atall times and then only he shall be permitted to ply the buses. In case of complaintsof rash or negligent driving, the contractor shall be required to arrange fornecessary replacement. This shall be done in such a manner that the definedfrequency of services shall be maintained at all times. The driver of the bus shall berequired to undergo Breath Analyzer test by the Supervising official of theContractor at the time of sign on / off for the shift duty.

The Contractor shall be required to depute trained drivers so as to ensure safedriving habits. It shall be the responsibility of the Contractor to arrange for regulartraining of Drivers as per applicable laws. The Drivers shall always have courteousbehaviour towards the passengers.

1.5.2 FARE COLLECTION SYSTEMDMRC may install Smart Card Validator in the bus, as per requirement of DMRC, andthe same shall be installed in such a manner that the Driver of the bus can control /ensure revenue collection from his position without any revenue leakage. It shall beresponsibility of the Contractor’s personnel (Driver / Supervisor) in absence ofconductor. Conductor shall be provided by DMRC.

The safekeeping of the handheld device / Smart Card Validator shall lie with theContractor / Contractor’s personnel. In case of any damage to the handhelddevice / Smart Card Validator, the cost of the devices shall be recovered from theContractor.

1.6 CLEANING AND HOUSEKEEPING ACTIVITIESNecessary arrangements shall be made by the Contractor / Agency for spotlesscleaning in the buses and associated places in the depot held by them.

1.7 INSURANCE DURING DEPLOYMENTThe contractor shall throughout the contract period, at its cost and expense, takeout and maintain by due reinstatement or otherwise all the necessary insurances

Page 86: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for LastMile Connectivity with Procurement, Operation and Maintenance of 16-22 seater low floor ACElectric Buses

Employers Requirements 5

up to such maximum sums as may be required under and in accordance with theapplicable laws and such insurance as the contractor reasonable considersnecessary or desirable in accordance with good industry practice. The contractorshall furnish to DMRC copies of certificates of insurance, copies of insurancepolicies signed by authorized representative of the insurer and copies of allpremium payment receipts in respect of such insurance received from eachinsurance carrier.

1.8 OTHER REQUIREMENTS1.8.1 The Contractor shall not use the Bus to ply for others or for any other purpose during

the period of stoppage for maintenance / carrying out repairs.

1.8.2 The Contractor shall be responsible for proper prosecution of proceedings understatute and also be responsible for all claims that may arise due to statutoryviolations out of the operations, like claims due to accidents payable under theprovisions of MV Act / CMV Rules and accident claims. DMRC shall under nocircumstance be made liable or responsible to pay compensation that may beawarded by Motor Accidents Claims Tribunal or Tribunals, in respect of accidents. Inthe event of payment of compensation by DMRC to the injured persons /dependents of the Motor Vehicle Accidents Tribunal / Order of the Court in casesinvolving accident to Buses, DMRC shall have right to recover the saidcompensation from the Contractor. The Contractor hereby agrees that he shall notdispute the said recovery.

1.8.3 The Contractor shall ensure that the Battery Operated Buses shall have at all times avalid fitness certificate as per the applicable guidelines. The entire cost of obtainingrelated certification shall be borne by the Contractor.

1.8.4 Maximum operational speed of bus will be limited to 40 KMPH or as prescribed in thecity of Delhi.

1.8.5 Colour scheme including exterior & interior and logo / graphics to be applied will beapproved by DMRC.

1.8.6 Automatic electronic temperature control management shall be provided for theAC system. In case of AC failure, proper air ventilation shall be provided on bothsides of the bus.

1.8.7 Bus design shall meet all statutory requirements in respect of each and every item ofthe Bus. Contractor shall obtain type approval certificates etc. for buses & any otheritems from testing agencies authorised under Rule-126 of CMVR, 1989, and Bus BodyCode. Offered bus should be approved by approved testing agencies likeAutomotive Research Association of India (ARAI), ICAT, etc. Contractor need toarrange manufacturer’s authorized certificate.

1.8.8 DMRC Ltd. or the appropriate government reserves the right to alter, modify,change the specifications as per requirement to suit the latest provisions of CMVR /any other Notifications, safety aspects, emission aspects besides any practical /operational difficulties etc. faced by them. Vehicle Manufacturer shall ensure that allthe alterations, changes or modifications in the specifications, if necessary, asmentioned above shall be carried out in the buses built by them as per their advicewithout attributing any additional cost. Complete Bus has to be type approved fromthe approved test agency under CMVR as per specifications laid herein before any

Page 87: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for LastMile Connectivity with Procurement, Operation and Maintenance of 16-22 seater low floor ACElectric Buses

Employers Requirements 6

proto-type is given to DMRC. Necessary modifications, as indicated by DMRC, haveto be incorporated by the Contractor.

1.8.9 As per Ministry of Heavy Industries and Public Enterprises notification dated 12.09.2017(Appendix-38),a partial modification of scheme for Faster Adoption andManufacturing of (Hybrid&) Electric Vehicles in India-FAME which was notified by DHIby S.O.830 (E) dated 13th March 2015, incentive amount under table 8 for fully electricbuses under category M2 and M3 of CMVR for incentive Level-I and Incentive Level-IIhas been decided by DHI, based on the terms and conditions mentioned under theirnotifications. Since DMRC is inviting the tender for procurement, operation andmaintenance of Electric buses, bidders are advised/suggested to quote their ratesconsidering that they will get the incentive amount from DHI under FAME IndiaScheme.

1.8.9.1 It shall be the responsibility of the contractor to avail the reimbursement of incentiveamount under FAME India scheme which will be paid in instalments by DHI. In theevent of delay of more than 6 months in release of incentive under FAME scheme byDHI, DMRC will pay 90% of the incentive amount payable to the contractor underFAME scheme as interest free advance against acceptable Bank Guarantee from aSchedule Commercial Bank in India. The value of Bank Guarantee shall be 110% ofsuch advance paid to the Contractor. This advance will be in addition to theadvance mentioned in clause 25 of SCC.

1.8.9.2 The contractor shall refund this advance to DRMC within 15 days of receipt of theincentive from DHI failing which interest at the rate equal to State Bank of India’sMarginal Cost of fund based Lending Rate (MCLR) applicable for the tenor of 01 yearprevailing on the date of receipt of incentive from DHI plus 3% Penal Interest perannum shall be charged from the contractor.

1.8.9.3 In the event of withdrawal of FAME scheme by Ministry of Heavy Industries and PublicEnterprises due to any reason or Contractor not being entitled due to specificprovision in the FAME scheme, the incentive amount as applicable as on date oftender submission shall be paid by DMRC to the contractor (which will be non-refundable) against an acceptable Bank Guarantee from a scheduled commercialbank in India. The value of Bank Guarantee shall be 110% of incentive amount paid tothe Contractor with validity of 5 years. On expiry of 5 years, this BG can be replacedby a BG of 50% of incentive amount having validity till the end of completion period.

1.8.9.4 In case there is increase/decrease in the amount of FAME incentive after the last dateof tender submission and during the currency of the contract, the same will be onDMRC’s account. Any benefit on account of upward revision of incentive, shall bepassed on by the contractor to the DMRC & any downward revision in incentive shallbe borne by DMRC.

1.8.10 Opportunity charging may be resorted by the operator at the respective depotsitself subject to provision of desired services as required in the tender. No additionalcompensation on this account will be entertained at DMRC.

Page 88: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 7

Employer’s Requirement - Appendix-29General Specifications for MINI size Urban Bus (AC) [as per Urban Bus Specifications-ii of MoHUA]

(please see specific specification for the tender at the end of the general specifications)

S/N Description SpecificationsBus Characteristics MINI Bus

- Bus Floor Height Maximum floor height 900 mm with inclusion of variants of havingfloor height of400 mm& 650mm

- Definition of Low Floor area Low floor area shall not be less than 50% of the total saloon area (excluding frontwheel boxes and driver’s cab) and shall not be ramped in the longitudinal plane

1 Propulsion system ICE, Electrical, Hybrid, Fuel cell2 Fuel-options Fuel to be compatible with propulsion system & prescribed emission norms3 Engine Fuel compatible engine.

3.1 Engine HP sufficient to provide

a Rated performance at GVW in a stop / start urbanoperations Geared maximum speed without speed limiter to beminimum 75 kmph

b Acceleration (meter/sec²) ≥ 0.8c Attain bus speed of 0-30 kmph in seconds ≤ 10.5d Maximum speed Geared maximum speed without speed limiter to beminimum 75 kmphe Grade-ability from stop at GVW 17%

f Rated HP / torque preferably at lower rpm/rpmrange

Maximum engine torque required at lower range of RPM and spread over awider range of RPM

g Power requirements for Air-Conditioning system, ITSetc. Required

3.2 Emission norms BS-III / BS-IV / latest as applicable

3.3 Engine management Engine oil pressure, engine coolant temperature, engine speed in RPM, vehiclespeed, engine% load(torque),diagnostic message (engine specific)

3.4 Engine operational requirements

Engine should be able to operate efficiently at ambient temperatures ofapproximately 0o to 50oC, humidity level from 5% to 100%, and altitude levels ofup to 2000 meters, generally operating in the semi-arid zone / hilly regionprevailing in the area.

Page 89: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 8

3.5 Engine location Optional3.6 Transmission

a Automatic with torque convertor. Neutral duringstops Purchaser to select any one transmission system. However, rear engine buses to

have automatic or automated manual transmission system only (any busdelivered after 1st April, 2015 will mandatorily have either automatic orautomated manual transmission system)

b Automated Manual

c Manual - synchromesh - forward speeds (minimum5) & constant mesh on reverse gear

d Mounting Column or floor optional

4 Operational safetyTransmission system to be fitted with a mechanism which makes it possible toengage reverse gear only when vehicle is stationary (applicable for automaticand automatic manual transmission)

5 Clutch (where applicable) Dry, single plate, power assisted operation

5.1 Rear axle Single reduction, hypoid gears, full floating axle shafts with optimal gear ratiossuitable for urban operations

5.2 Front axle Heavy duty reverse Elliot type axle suitable for various floor heights6 Steering system Hydraulic power steering7 Suspension system Optional (air suspension/independent/parabolic/weveller)- irrespective of the

type of suspension, floor level of bus should not go beyond maximum floorheight (any bus delivered after 1st April, 2015 will mandatorily have airsuspension or superior)

7.1 Front

7.2 Rear

7.3 Kneeling applicable in case of air suspension(required only for 400 mm floor height buses) 60 mm entry / exit side severally & collectively

7.4 Anti-roll bars / stabilizers1 Both front and rear7.5 Shock absorbers Hydraulic double acting 2 at front & 2 / 4 at rear7.6 Controls (optional) Electronically controlled air suspension system

8 Braking system

Dual circuit full air brakes, with preferably disc type arrangement for front anddrum at rear brakes. Graduated hand controlled, spring actuated parkingbrakes acting on rear wheels (any bus delivered after 1st April, 2015 willmandatorily have disc brake in front)

8.1 Anti-skid anti brake locking system (ABS) As per CMVR8.2 Electronic controls √9 Electrical system2 12/24Volt DC

9.1 Batteries Low maintenance type Lead acid batteries for 12/24 V system-performance as

Page 90: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 9

per BIS: 14257-1995 (latest). 2*12V of commensurate capacity. Maintenancefree batteries preferred.

9.2 Self-Starter 12/249.3 Alternator 12/242

9.4 Electrical wiring & controls - type As specified separately under ITS specifications

10 Speed limiting device (optional) Electronic type duly approved / certified as per AIS-018/2001 or latest, tamperproof and be adjusted to applicable speed limit

11 Tyres Steel radial tube-less, size and performance as per CMVR

12 Fuel tank Capable to enable bus operation upto 250 KM between consecutive fillingFuel tank location Optional

13 Bus characteristics13.1 Bus dimensions (mm)

a Overall length (over body excluding bumper) ≤ 7000b Overall width (sole bar / floor level-extreme points) ≤2200c Overall height (unladen-at extreme point) 3300 (maximum)d Wheel-base > 3000i Front overhang As per CMVRii Rear overhang As per CMVR

13.2 Minimum Turning Circle Radius (mm) As per CMVR13.3 Floor height above ground (mm) - maximum 900/650/40013.4 Clearances (mm)

a Minimum Axle clearance (mm) 176 mm

b Wheel area clearance (mm) > 220 mm for parts fixed to bus body &> 170 mm for the parts moving verticallywith axle

c Minimum ground clearance (un-kneeled) in mm atGVW Within the wheelbase not less than 240

13.5 Angles (degrees)a Angle of approach (unladen) Not less than 8.0°b Angle of departure (unladen) Not less than 8.5°c Ramp over angle (half of break-over angle) Minimum 4.8°14 Bus Gates / Doors

14.1 Type of doorsa Operating mechanism Electrically/Electro pneumatically controlled

Page 91: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 10

b Maximum Opening / Closing time in seconds peroperation 4

c Positions of door controls As per AIS 052

dPassenger safety system - allowing bus motion ondoors closing and doors opening only when the busis stopped

Mandatory

14.2 Front service doors – near side √a Door aperture (without flaps) in mm As per AIS 052b Clear door width (fully opened) in mm As per AIS 052c Door height in mm As per AIS 052d Positioning front service gate As per AIS 052e Number of gates minimum 1

14.3. Rear service doors (near side):where provided Optional and at the discretion of purchasera Door aperture (without flaps) in mm As per AIS 052b Clear door width (fully opened ) in mm As per AIS 052c Door height in mm As per AIS 052d Positioning rear door with respect to centre line of

rear axle As per AIS 052

e Number of gates 114.4 Applicable for BRTS14.5 Applicable for BRTS

14.6Maximum first step height (mm) fromground - unladen & un-kneeled positionin buses with

a Stepped type entry 400b No step entry/level entry(maximum) 900/650/400

14.7 Maximum height (mm) of other stepsa if door ahead of rear axle 250b if door behind rear axle 300

14.8 Ramp for wheel chair at the gatesSunken type wrap over (manually operated) ramp, for wheel chair of PWDs, fitted on floorat gate in front of PWD seat anchorage. Suitable design mechanism for 650/900mm floorheight considering that floor level of bus stops are at 400mm

a Dimensions As applicable for 14.8

Page 92: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 11

b Materialc Load carrying capacity (in kilograms)

dDevice to prevent the wheel chair roll offthe sides when the length exceeds 1200mm

As applicable for 14.8

e Device to lock wrapped up ramp

f Kneel ramp control: (applicable inreference of clause 7.3)

Kneeling arrangement for kneeling on left side severally and combined. Kneeling up to 60mm.

g Requirement for passenger with limitedmobility √

i Wheel chair anchoring - minimum forone wheel chair √

ii Priority seats - minimum 2 seats √iii Stop request On every pillar

h

Emergency doors / exits or apertures(numbers) As per AIS 052

Dimensions in mm As per AIS 052

i

Door closing requirements for busmovement Bus could move only after door closing completed

Power operated service door -construction & control system of a poweroperated service door tobe such that aPassenger is unlikely to beinjured/trapped between the doors whileclosing.

As per AIS 052

ii Door components As per AIS 052

iii Door locks / locking systems / doorretention items As per AIS 052

iv Door hinges As per AIS 05215 Bus body

15.1 Design type approval As per Annexure-3 of UBS-II

15.2 Bus structure - materials specificationsetc

Material to be decided by the manufacturer OR as per the tender specifications issues bypurchaser. Other requirements as per bus body code. Material should fulfil strength etc.

Page 93: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 12

requirements indicated under Annexure-3 of UBS-II15.3 Insulation

a Roof structure/body Material to be decided by the manufacturer OR as per the tender specifications issues bypurchaser. Other requirements as per bus body code. Material should fulfil strength etc.requirements indicated under Annexure-3 of UBS-IIb Engine compartment

15.4 Aluminium extruded sections for:a Rub rail

Aluminium extrusion IS 733/1983 or better

b Decorative mouldingc Wire coverd Wearing stripe Foot step edgingf Panel beadingg Window frameh Roof grab rail brackets

15.5 Floor type / materials etc.a Type of floor As per AIS 052b Applicable only for BRTSc Steps on floor No steps except those necessary on near side gates or in rear side for rear engine busesd N/Ae Maximum floor slope As per AIS 052

f Floor surface material

12 mm thickness phenolic resin bonded densified laminated compressed wooden floorboard (both side plain surface) having density of 1.2 gms/cc conforming to IS 3513 (Part-3):type VI 1989 or latest. The flooring should also be boiling water resistant as for marine boardBIS:710-1976 / latest and fire retardant as per BIS:5509- 2000 (IS15061:2002)

g Anti-skid material 3 mm thick anti-skid type silicon grains ISO 877/76 for colour, IS5509 for fire retardancy.15.6 Safety glasses and fittings

a Front windscreen (laminated) glassSingle piece laminated safety glass, plain, flat / curved with curved corners with PVB film IS2553 (Part-2)-1992/latest. Standard designs for each variant of buses to be followed. (ReferAnnexure-1 of UBS-II)

Size Standard designs for each variant of buses to be followed. (Refer Annexure-1 of UBS-II)

b Rear windscreen: (wherever provided) Single piece flat / curved toughened glass-plain / flat / curved at centre & curved atcorners IS 2553 (Part-2)-1992/latest.

Size Standard designs for each variant of buses to be followed. (Refer Annexure-1 of UBS-II)

Page 94: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 13

c Side windows Flat, 2-piece design-top fixed / sliding & bottom sliding toughened glass IS 2553 (Part-2)-1992/latest.

d Glass specifications Toughened glass IS 2553 (Part-2)-1992/latestGlass thickness Minimum 4.0 mm

e Window & other glasses - materialspecifications, thickness etc. Toughened as per IS 2553 (Part-2)–1992/latest of 4.8-5.3 mm thickness

f Safety glass As per AIS 052 / CMVRg Rear view mirrors As per AIS 052

15.7 Seating and gangway etc.15.7.

1Passenger seating’s for ordinary type-1buses As per AIS 052

a Seat layout in the low floor area As per AIS 052b Seat layout in the higher floor area

c Seat area/seat space per passenger(width*depth) mm 400*350

d Seat pitch - minimum in mm As per AIS 052

e

Minimum backrest height-from floor totop of seat/headrest As per AIS 052

Seat base height-distance from floor tohorizontal front upper surface of seatcushion mm

As per AIS 052

As per AIS 052

Seat back rest height (mm) 350f Torso angle (degrees) Minimum 12⁰g Seat materials ‘PPLD/LDPE’ moulded AIS 023 &bus code for performance

h Seat frame structure material whererequired Frame structure of ERW steel tube

i Free height over seating position in (mm) More than 800Seat base height As per AIS 052

j Clearance space for seated Passengerfacing partition (mm) As per AIS 052

kSeat back / Pad material / Thickness Polyurethane foam IS15061:2002 30+5 mm(padding is optional)Type MDI moulded IS 5509Upholstery Pile Fabric /Jekard 0.7-1.0mm thickness

l Area for seated passengers (sq. mm.) 400*350

Page 95: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 14

m Area for standee passengers (sq. mm.) As per AIS 052

n Number of seats including one for wheelchair 13-22

o Number of standees as per AIS 052p Seat side facing location Not suggested except on wheel archesq Seat back rest Fixedr Seat belts & their anchorage Not Necessary except driver seat & wheel chair (performance etc. as per AIS 052)s Performance & strength requirements of √i Driver seat As per AIS 023ii Passenger seats As per AIS 023

15.7.2 Gangway

a Minimum interior head room (centre lineof gangway) in mm 1750 mm for standee type and 1500 mm for non-standee type

i At front axle As per AIS 052ii At rear axle As per AIS 052iii Other areas As per AIS 052

bGangway width (mm) from gates tolongitudinal space between rows of seats(access to service doors)

(Refer figure-1 of UBS-II) minimum 600 mm excluding armrests (armrests are not required)and including stanchions - will be measured from seat edge to seat edge. In case of frontengine buses, clear passage available between front seat row and engine should not beless than 400 mm.

c Gangway width (mm) in longitudinalspace between rows of seats As above

dGangway width (mm) in longitudinalspace between rows of seats (rear of rearedge of the rear door in Rear Engine bus)

As above

e Driver’s working space As per AIS 052

d Driver’s seat As per AIS 052 and AIS 02315.8 Corrosion prevention & painting As per clause 3.17 of AIS 052

A Corrosion prevention treatment

As per clause 3.17 of AIS 052Internal surfaces of structural membersExternal surfaces of structural membersAfter drilling holes/welding

Page 96: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 15

Inter metallic galvanic corrosionprevention

B Primer coatingC Painting

16 Electrical

As per clause 3.17 of AIS 052BIS marked, copper conductors with fire retardant as per IS/ISO:6722:2006 as perappropriate class. Conductor x-sec varying as per circuit requirements, min cross-section0.5 sqm. Quality marking may also be as per equivalent or better European, Japanese, USstandardsAs per AIS 052As per AIS 052

16.1 Electrical cables

BIS marked, copper conductors with fire retardant as per IS/ISO:6722:2006 as perappropriate class. Conductor x-sec varying as per circuit requirements, min cross-section0.5 sqm. Quality marking may also be as per equivalent or better European, Japanese, USstandards

16.2 Conductor cross section As above and suitable to carry rated current(Japanese Auto Standards JASO D0609-75AV)

16.3 Safety requirements of electrical As per AIS 052

a Fuse As per AIS 052-Fuse operated current 1.5 times the load current of electrical equipment.Necessary in every electrical circuit.

b Isolation switches for electrical circuitswhere RMS value of voltage exceeds 100volts

As per AIS-052- Isolation switch required for each such circuit.

c Location of cables away from heatsources

As per AIS 052-Required for each such circuit.

DType approval of circuit diagram as perstandards related to electric equipment /wiring

As per AIS 052 –Required for all items.

E Cable insulation with respect to heat As per AIS 052F Battery cut - off switch (isolator switch) Heavy-duty type capable of carrying & interrupting total circuit load. 1

Page 97: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 16

each near battery/driver

16.4 Wind screen wiperElectrically operated with two wiper arms & blades, wiper motor heavy duty steel body withminimum 2-Speed operation wiping system as per CMVR / BIS: 7827 part-1, 2, 3 (Sec.1 & 2) /latest. As per AIS 011

A Wiper motor Variable speed with time delay relay as per AIS-011B Wiper arm / blade As per AIS-019/AIS-011

16.5 Driver cabin fan 1 number , 200 mm fan as per provision of CMVR, matching interiors.

16.6 Lighting - internal & external andillumination

As per AIS 052

16.7 Illumination requirements / performanceof As per AIS 052

A Dash board tell-tale lighting / controllighting As per AIS 052 and bulbs tested for photometry as per IS1606:1996

B Cabin lighting - luminous flux of all lampsfor cabin lightning

As per AIS 052 with illumination level of ≥ 100 lux and ≤ 200 lux

C Passenger area lighting - luminous flux ofall lamps for Passenger area lighting As per AIS 052 with illumination level of ≥ 100 lux & ≤ 150 lux

17 ITS enabled bus As specified separately under ITS specifications

18 Safety related items

18.1 Driver seat belt & anchorage duly typeapproved

ELR recoil type 3 point mounting as per CMVR & AIS 052 conforming to AIS 005 & 015

18.2 Passengers seat belt NumberNot necessary except diver seat & wheel chair (performance etc. as per AIS 052)18.3 Driver / Passenger / Wheelchair seat belt

anchorage

18.4 Fire extinguisher As per AIS 052

18.5 First aid box 1 number, as per provision of CMVR

18.6 Handrails minimum length*diameter*height above floor in mm

Colour contrasting and slip resistant of aluminium tubing. 32 mm dia, 3 mm thick, rest as perAIS 052

18.7 Handholds Colour contrasting and slip resistant. 2 to 4 numbers. Handholds as per bay.

Page 98: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 17

18.8 Stanchions

Vertically fitted, aluminium tubing with colour contrasting and slip resistant. 40 mm dia &3.15 mm thick. Rest As per AIS 052. As an alternative to stanchions mounted on bus floor,stanchions mounted on top of seat frames (new version seats) be explored (refer figure-2 asin UBS-II specifications)

18.9 Bells for Passenger convenience High visibility bell pushes shall be fitted at a height of 1.2 meter on all alternate stanchions.These would assist PwDs

18.10 Left Blank18.11 Window guardrails As per AIS 052. An additional guard rail in the rear part of bus in view of raised seating

As per AIS 052. An additional guard rail in the rear part of bus in view of raised seatinga In all school buses - minimum numbers.b In all other buses - minimum numbers.c In AC super deluxe buses

As per AIS 052. An additional guard rail in the rear part of bus in view of raised seatingd Other details:

i First guard rail at a height from window sillin mm

ii The distance between two guard rails inmm

18.12 Entrance / Exit Guard / Step well guard 800 mm minimum height extending ≥ 100 mm more than centre line of sitting position of thePassenger

18.13 Emergency exit doors, warning devicesetc As per AIS 052/CMVR.

18.14 Front/rear door, stepwell lights, dooropen sign Incandescent bulb / LED as per AIS 008

18.15 Mirrors right / left side exterior / interior Convex as per AIS 001 & 002. Interior with double curvature

18.16 Towing device front / rear Heavy duty 1.2 times (minimum) the kerb weight of the bus with 300 of the longitudinal axisof the bus. As per CMVR & IS 9760 - ring type

18.17 Warning triangle As per AIS 052/CMVR

18.18 Fog lighting As per AIS 052/CMVR

18.19 Bumpers - front and rear Both made of steel or impact resistant polymer or combination of both meetingrequirement of any energy absorbing system.

Impact strength for bumpers Meet requirements of Para 6.3.1 of AIS-052

Page 99: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 18

19 Miscellaneous items / requirements19.1 Windows

a Type of window Sliding type window panes except AC bus

b Minimum height of window aperture(clear vision)3 in mm ≥ 500 mm

c Minimum height of upper edge ofwindow aperture from bus floor As per AIS 052

d Minimum width of windows (clear visionzone) As per AIS 052

19.2 Cabin luggage carrier As per AIS 05219.3 Life cycle requirements of bus 12 years or 10,00,000 kms(whichever is earlier)20 Air conditioning system - test procedure for type approval

20.1 Specificationsa) For upto42°C of saloon temperatureb) >42°C of saloon temperature

20.2 Target results

a) 24+ -4°C(upto 42°C)b) Temperature gradient of 15°C(>42°Cof saloon temperature)eg. If the saloon

temperature is 45°C then the target temperature inside the bus will be 45-15=30°Cc) Minimum average air velocity at air vent Is 4.5 m/sec

20.3 Apparatus Lab condition and heating chamber:

20.4 Procedure

1. Soak for 1 hour2. At 2000 rpm3. Upto 42°C: pull down time 30 minutes (maximum)( for more than 42°C of saloontemperature, pull down time within 40 minutes (maximum)4. Thermocouple to be placed over place minimum 20 numbers. at nose level

20.5

Air curtains on entry / exit gates to avoidloss / gain of heat and or cool air whendoors are frequently opened for boarding/ alighting of Passenger with min air flow

Required

Page 100: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 19

of 1000 ± 50 m³/hr at each gate. Type ofair curtains at entry exit gates their powerconsumption etc be accounted for whiledeciding engine power, etc

21 Additional requirements

21.1 Air circulations and ventilation in driver'sarea

An air passage / duct / roof hatch to be provided in driver area at a suitable location forproper inflow of air inside the driver cab.Drivers work area to be provided with blower or suitable device (200 mm diameter fan) toensure proper ventilation. These devices may be capable of 3 – speed adjustment;

21.2

Maximum noise levels inside the saloon(irrespective of AC, Non-AC / fuel type /engine location)-test procedure as perAIS 020)

84 dba (to be achieved a maximum noise level of 81 dba from 01st April 2015 onwards)

22 Fuel efficiency requirement While tendering purchaser may take into account the higher weightage for more fuelefficient vehicle under standard test conditions

1. Optional in case of independent suspension.2. 24V mandatory after April 2015.3. Clear vision incudes partition between fixed and sliding glass subject to a maximum width of 100 mm

Page 101: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 20

SPECIFIC REQUIREMENT FOR THE INSTANT TENDER

S/N Refer Appendix-29 of ER Description Specifications1. 1 Propulsion System Electric

2. 3.1(a) and 3.1 (d) Maximum speed Geared maximum speed without speed limiter to be greater than 40kmph but not to exceed 75 kmph

3. 3.1 g Air-Conditioner Required

4. 3.6 (a) Automatic with torque convertor.Neutral during stops Automatic with torque convertor or direct drive. Neutral during stops

5. 7.3 Kneeling Mechanism Yes

6. 9.3 Alternator Not applicable

7. 12 Fuel tank Not applicable

8. 13.1 Overall length 7000 mm-8000 mm

9. 13.3 Floor Height 400 mm.The buses should be Divyangjan friendly.

10. 13.4 Minm. axle clearance 176 mm

11. 15.7.1 n Seating Capacity 16-22 seats.

12. 15.7.1 o Number of standees Standees not allowed

NOTE: All buses should be Divyangjan(Persons with Disability friendly)

Page 102: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 21

Employer’s Requirement - Appendix-30ROUTE DETAILS FOR AC ELECTRIC BUSES

1. West ClusterRoutes

WEST ZONE ROUTES FOR LAST MILE CONNECTIVITY

S/N RouteName

Route From / To RouteLength

Stoppages / Area / Locality to be covered / Via Loop / To & Fro No. ofVehiclesRequired

1 MC-303

Subhash Nagar MS toJanakpuri East MS

6.8 KMS Subhash Nagar MS, Tihar Gaon, Subhash Nagar, Deen Dyal UpadhyayHospital, A-Block Hari Nagar, Hari Nagar Depot, C-Block Hari Nagar, Jail roadHari Nagar, Virendra Nagar, Delhi Haat, B-1 Janakpuri, Janak Puri East MS

To & Fro 10

2 MC-304

Janakpuri East MS toDabri Mor MS

6 KMS Janakpuri East MS, B1 Block Janakpuri, Govt. Sarvodaya Sr. Secondry School,DTC Stand Posangipur, B2 Janakpuri, C2A Janakpuri, C1A Janakpuri, DabriMore

To & Fro 10

3 MC-705

Rajouri Garden MS toRajouri Garden viaRaghuveer Nagar

7 KM Rajouri Garden, Shivaji College, Sukh Chain Singh Mehta Chowk, NajafgarhDrain, Club Road Punjabi Bagh, Old DDA Flats Punjabi Bagh, Paschimpuri Pkt-3,Raghubir Nagar, Andh Vidyalaya, Ramjee Mandir, Sant Bairwa Marg,Najafgarh Road

Loop 6

4 MC-706

Mayapuri MS toMayapuri MS viaRajouri Garden Market

5.7 KM Mayapuri Xing, Sunder Marg, F-Block Rajouri Garden, J-Block Rajouri Garden, V-block Rajouri Garden, Rajouri Garden, Guru Virjanand Marg, Subhash Nagar,Tulsidas Marg, Shamshan Bhumi Hari Nagar, Beri Wala Bagh, Guru TeghBahadur Institute of Technologies, Satguru Ram Singh Marg, Hari Nagar MohanMandir, Mayapuri, Government Press, Mayapuri Depot

Loop 5

5 MC-707

Naraina Vihar MS toTodapur

5 KM Naraina Vihar, Naraina Vihar Club Road, Naraina Vihar Industrial Area, Phase-1,Payal Cinema, Loha Mandi, Girdhari Lal Goswami Marg, DeV Prakash ShastriMarg, Inderpuri PS, IARI, Inderpuri A-block, Delhi Traffic Police HQ, TodapurVillage,Village Dasdhara

To & Fro 10

Page 103: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 22

6 MC-708

Delhi Cantt MS toDelhi Cantt MS ViaSadar Bazar

7.5 KM Station Workshop, Poultry Form No.4, More Lines, Thimmaya Park, Shastri Bazar,Commander Works Engineer, Tigris Road, Taurus Pre Primary School, SadarBazar, Chawani Hospital, Army Public School Delhi Cantt, Kirbi Place, BairdPlace, MES Service Station Delhi Cantt, Army Base Hospital, Army College ofMedical Sciences, Delhi Cantt

Loop 7

7 MC-709

Delhi Cantt MS toDelhi Cantt MS ViaSadar Bazar DelhiCantt

5.5 KM Delhi Cantt MS, Brar Square, Army Medical College, Assam Rifles Canteen,Center of COD, Hostel Complex, Army College of Medical Science, StationWorkshop Delhi Cantt, Thimaiya Park, Shastri Bazar, Durg Abhiyanta Center,Baird Palace, Kabul Lines, Chhawani Kotwali, Kirbi Place, Munition House, CODDelhi, Base Hospital, Delhi Cantt MS

Loop 5

8 MC-801

Dashrathpuri MSTo DashrathpuriMS Via MahavirEnclave

8.3 KM Naala Road, DTC Stand Dwarka Puri, DTC Stand Mahavir Enclave,Bhaskaracharya College Dwarka Sec-2, DTC Depot Dwarka Sec-2, JMInternational School, MTNL Sanchar Bhawan Dwarka Sec-6, DTC StandSec-1, Maharaja Agrasen Hospital Sec-1, Palam Dabri Marg, BengaliColony, College of Sanitation, Mahavir Enclave, Dasrathpuri MS,Dasrathpuri Village, DTC Dabri Crossing

Loop 7

9 MC-701A

Punjabi Bagh WestMS to Punjabi BaghWest MS via PunjabiBagh East MS.

2.19km

Punjabi Bagh West MS, ,Manav Uthan Seva Samiti, East PunjabiBagh Market,Central Park ,K.C marg,Punjabi Bagh East MS,Punjabi Bagh West MS

Loop 2

10 MC-702A

Punjabi Bagh WestMS to PunjabiBagh West MS viaShivajiPark MS

3.04km

Punjabi Bagh West MS,Shivaji Park MS,SPM College for Women,Punjabi Bagh Post Office, Saint Marks Church, Punjabi BaghWest MS

Loop 3

10 MC-710

Dhaula Kuan MS toDhaula Kuan MS viaDelhi Cantt.

8.5 KM Army Environment Park, Pratap Chowk, Arjan Vihar, Raj Rifle Center, Church Road,Nagesh Garden, Shastri Bazar, Mess Delhi Cantt., Baird Place, Cantonment GeneralHospital, Chhawani Hospital, Kirbi Place, Tubark Palce, Kariappa Vihar, Arjan Vihar

Loop 7

11 MC-711

Satya Niketan MS toSatya Niketan MS ViaDhaula Kuan MS

7.4 KM ARSD College, Dhaula Kuan MS, RR Hospital, Arjan Vihar, Subroto Park, Arjan Path,BJ Marg, Rao Tula Ram College, Motilal Nehru College, Arya Bhatt College, AnandNiketan, DU South Campus, Venkateshwar College

Loop 7

15 AEL-1 IGI Airport T-1 To DelhiAerocity MS Via NH-8Mahipalpur

6.6 KM DTC Stand Domestic Airport, Village Mehram Nagar, Delhi Cantt, Shankar Vihar,National Crime Record Bureau, A-Block Mahipalpur, Mahipalpur Chowk, Delhi AerocityMS

To & Fro 10

Page 104: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 23

16 AEL-2 Delhi Aerocity MS To IGIAirport T-1 Via DIAL

5.3 KM BCAS, Terminal-1 Road, Rose ATE House, Red Fox Hotel, JW Marriot, Village PurviMehram Nagar, Rajkiya Sarvodaya Kanya Vidyalaya Mahram nagar, Village MahramNagar Delhi Cantt.

To & Fro 10

Total 99

Note: It may be noted that these routes are tentative and DMRC may revise the same at its sole discretion.

Page 105: NOTICE INVITING TENDER (NIT) - AWS

Tender No. DMRC/Operations/FBS-02/2018-Provision of Feeder Service under West Cluster for Last Mile Connectivity with Procurement, Operation andMaintenance of 16-22 seater low floor AC Electric Buses

Employers Requirements 24

MAP(West Cluster )

Page 106: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY

WITH PROCUREMENT, OPERATION AND MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 1

TENDER NO: DMRC/OPERATIONS/FBS-02/2018

PROVISION OFFEEDER SERVICES UNDER

WESTCLUSTERFOR LAST MILE CONNECTIVITY

WITHPROCUREMENT, OPERATION AND

MAINTENANCEOF

16-22 SEATERLOW FLOOR AC ELECTRIC(BATTERY OPERATED) BUSES

SPECIAL CONDITIONS OF CONTRACTDELHI METRO RAIL CORPORATION LTD.

7th FLOOR, A-WING, METRO BHAWAN,FIRE BRIGADE LANE, BARAKHAMBA ROAD,

NEW DELHI 110001

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY

WITH PROCUREMENT, OPERATION AND MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 1

TENDER NO: DMRC/OPERATIONS/FBS-02/2018

PROVISION OFFEEDER SERVICES UNDER

WESTCLUSTERFOR LAST MILE CONNECTIVITY

WITHPROCUREMENT, OPERATION AND

MAINTENANCEOF

16-22 SEATERLOW FLOOR AC ELECTRIC(BATTERY OPERATED) BUSES

SPECIAL CONDITIONS OF CONTRACTDELHI METRO RAIL CORPORATION LTD.

7th FLOOR, A-WING, METRO BHAWAN,FIRE BRIGADE LANE, BARAKHAMBA ROAD,

NEW DELHI 110001

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY

WITH PROCUREMENT, OPERATION AND MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 1

TENDER NO: DMRC/OPERATIONS/FBS-02/2018

PROVISION OFFEEDER SERVICES UNDER

WESTCLUSTERFOR LAST MILE CONNECTIVITY

WITHPROCUREMENT, OPERATION AND

MAINTENANCEOF

16-22 SEATERLOW FLOOR AC ELECTRIC(BATTERY OPERATED) BUSES

SPECIAL CONDITIONS OF CONTRACTDELHI METRO RAIL CORPORATION LTD.

7th FLOOR, A-WING, METRO BHAWAN,FIRE BRIGADE LANE, BARAKHAMBA ROAD,

NEW DELHI 110001

Page 107: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 2

Special Conditions of Contract (SCC)

SCCClause No.

Referenceto GCC SubClause No.

Description

1 1.1.1.11

Interim Payment Schedule:Means the schedule included for each cost centre in the pricing document and accepted by employer tobe used for interim payments in relation to achievement of milestones under that cost centre, as thesame may be revised from time to time in accordance with Clause 28 ,Appendix-33and Appendix-33Aof the SCC.

2 1.1.3.2Contract Period:10 Years from commencement date of services (COD) as mentioned in Appendix 34 of SCC, withprovision of extension by 2 years based on mutual consent.

3 1.1.3.9 Milestone Date:Means the date prescribed in the schedule of milestone by which a milestone is to be achieved.

4 1.1.5.4 Final Payment Certificate:means the payment certificate issued by the engineer in accordance with contract.

5 1.1.5.7Interim Payment Certificate:Means any payment certificate issued by engineer in accordance with the contract, other than finalsettlement.

6 1.1.6.15Project:Means and includes development, investment, financing, operation, maintenance, management of StageCarriage services under Cluster.

7 Additional Definitionsa. "Additional Service" means a Stage Carriage service which the Contractor will provide in

accordance with the terms of this Agreement in addition to the Basic Services.b. “Applicable Clearances or Approvals” means all clearances, authorizations, licenses, consents

and approvals as defined hereinafter, required to be obtained or maintained under or pursuant toApplicable Laws, in order to implement the Project during the subsistence of this Agreement.

c. “Assured Fleet Availability”means following: Fleet availability as per Appendix-31 of SCCduring the contract period on a shift basis. Weekends and National Holidays include Sundays(52 Days),Saturdays(52 days) and three(3) National holidays – Independence Day, Republic Dayand Gandhi Jyanti. It will not include buses under police custody if exceeds more than 2% of fleet.

d. “Commencement Date” or “COD” means the date of commencement of stage carriage servicesas in terms of Appendix34.

Page 108: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 3

e. "Conductor" in relation to a stage carriage, means a person engaged in collecting fares frompassengers, regulating their entrance into, or exit from, the stage carriage and performing suchother functions as may be prescribed.

f. “Consumer Price Index for Industrial Workers (CPI- IW) in Delhi” or “CPI” means ConsumerPrice Index Numbers for Industrial Workers (Base Year 2001 = 100), which measure a changeover time in prices of a fixed basket of goods and services consumed by Industrial Workers, as arecompiled and maintained by the Labour Bureau, Government of India. Applicable index for thepurpose of this Agreement shall be index numbers as compiled for Industrial Workers in Delhi andshall be indexed, twice in a year on September 30 and March 31, in terms of index value reportedin website www.labourbureau.nic.in published with a time lag of one month and shall include anyindex, which substitutes the CPI.

g. “Cure Period” means the period specified in this Agreement for curing any Material Breach orEvent of Default of any provision of this Agreement by the Party responsible for such MaterialBreach or Event of Default.

h. “Consolidated Yearly Fee” or “CYF” means the annual fees to be charged by the Contractor foroperation of Stage Carriage Services for a period of one year in terms of Appendix-33 of SCC.

i. “Consolidated Year One Fee” or “CYOF” means the annual fees to be charged by the Contractorfor operation of Stage Carriage Services for first year of operations.

j. “DMRC Collectibles" means collections made by (DMRC) from:1. Fare collected and deposited in the Designated Account by the FCS(Fare Collection

System) Provider;2. payments collected and deposited in the Designated Account by (DMRC) from the sale of

advertising rights on Stage Carriage Services; and3. any other sources.

k. “DMRC” means Delhi Metro Rail Corporation Ltd.l. “DMLMCSL” means wholly owned subsidiary company of DMRC known as Delhi Metro Last Mile

Connectivity Services Ltd.m. “Depot" means land, buildings, structures and other facilitiesused by the Contractor for parking

andmaintenance of buses.n. “DoT” means Department of Transport, Govt. of NCT Delhi.o. “Driver" means a person having valid Heavy Motor Vehicle Driving License and complying with

other specific guidelines/ regulations issued by the State Transport Authority, GNCTD such asPublic Service Vehicle (PSV) Badge, etc.

p. "Driving License" means a license issued by a competent authority under the Motor Vehicles Act,1988, authorizing a person to drive a Heavy Motor Vehicle.

q. “Encumbrance” shall mean any encumbrance such as mortgage, charge, pledge, lien,hypothecation, security interest, assignment, privilege or priority of any kind having the effect of

Page 109: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 4

security or other such obligations and shall include without limitation any designation of losspayees or beneficiaries or any similar arrangement under any insurance policy pertaining to theProject, physical encumbrances, claims for any amounts due on account of taxes, cess, electricity,water and other utility charges and encroachments on DMRC Infrastructure Facilities.

r. “Designated Account” means an account which shall be opened and maintained as per theprovisions of this Agreement with a nationalized bank or a scheduled commercial bank authorizedto undertake government business in accordance with the provisions of this Agreement.

s. “Event of Default” means an event of default as defined in Clause 29.1 ofSCC.t. "Fare" means an amount payable by a passenger to the Conductor or FCS provider for Stage

Carriage Services in accordance with the fare schedule notified by GNCTD and as applicable fromtime to time.

u. "Fare Collection System” or “FCS” means the ticketing system for the collection of Fares, orany other system by which it is replaced by DMRC from time to time.

v. “FCS Provider” means the Person appointed by DMRC for providing and managing FCS onbehalf of DMRC.

w. “Financing Documents” means the documents executed by the Contractor in respect of financialassistance to be provided by the Senior Lenders by way of loans, guarantees, subscription to non-convertible debentures and other debt instruments including loan agreements, guarantees, notes,debentures, bonds and other debt instruments, security agreements, and other documents relatingto the financing (including refinancing) of the Project.

x. “Fine” means a penalty or monetary sum imposed as a penalty charged for violation of anyrules/provisions and imposed, in accordance with the Permit Conditions or any other ApplicableLaw, by the State Transport Authority, GNCTD, police or any other government agency/department, courts or any other Authority and DMRC and does not include PerformanceDeductions envisaged in this Agreement.

y. “GNCTD” means Government of National Capital Territory of Delhi.z. “GOI” means the Government of India.aa. “Good Industry Practice” means those practices, methods, techniques, standards, skills,

diligence and prudence which are generally and reasonably expected of and acceptedinternationally from a reasonably skilled and experienced operator engaged in the same type ofundertaking as envisaged under this Agreement and acting generally in accordance with theprovisions of the Motor Vehicles Act, 1988 and which would be expected to result in theperformance of its obligations by the Contractor and in the operation and maintenance of PrivateStage Carriage Services in accordance with this Agreement, Applicable Laws, ApplicableClearances or Approvals, reliability, safety, environment protection, economy and efficiency.

bb. “Government Instrumentality” means any department, division or sub-division of thegovernment or the state government and includes any commission, board, authority agency or

Page 110: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 5

municipal and other local authority or statutory body including panchayat under the control of thegovernment or the state government, as the case may be, and having jurisdiction over the Projector the performance of all or any ofthe services or obligations of the Contractor under orpursuant to this Agreement.

cc. "Idle Run" means to and fro journey undertaken by a Stage Carriage when not engaged incarriage of passengers excluding journeys required for activities such as repairs,maintenance, road worthiness certification and includes:(a) a trip from a Depot to the point of origin of a Route;(b) a trip from the point of destination of a Route to a Depot; and(c) a trip from the point of destination of one Route to the point of origin of another.

dd. “IGAAP” (Indian Generally Accepted Accounting Principles (standard)) means theAccounting Standards specified by The Institute of Chartered Accountants of India.

ee. “Material Adverse Effect” means a material adverse effect of any act or event on the ability ofeither Party to perform any of its obligations under and in accordance with the provisions of thisAgreement and which act or event causes a material financial burden or loss to either Party.

ff. “Material Breach” means a breach by a Party of any of its obligations under this Agreementwhich has or is likely to have a Material Adverse Effect on the Project or the other Party and whichsuch Party shall have failed to cure.

gg. "Owner" means a Person in whose name a Motor Vehicle stands registered, and where suchperson is a minor, the guardian of such minor, and in relation to a Motor Vehicle which is thesubject of a hire-purchase agreement, or an agreement of lease or an agreement of hypothecation,the Person in possession of the vehicle under that agreement.

hh. “Person” means and includes natural person, partnership, firm, company, corporation, trusts,society or any other entity (whether or not having separate legal entity).

ii. “Performance Adjustment” means the Performance Incentive or Performance Deduction.jj. “Performance Deduction” means the deduction recoverable from the Contractor for sub-optimal

performance or non-compliance or non-performance as described in Appendix-32of SCC.kk. “Performance Incentive” means the incentive payable to the Contractor for better performance

as described in Appendix-32 of SCC.ll. “Permit” means a permit issued by appropriate authority in terms of The Motor Vehicles Act, 1988

authorizing the use of a motor vehicle as a Public Service Vehicle.mm. “Permit Conditions” means the conditions imposed by the State Transport Authority, GNCTD

under the Motor Vehicle Act, 1988 for operation of Stage Carriage services in Delhi and includesany subsequent amendments, modificationsrevisions, thereof.

nn. “Project” means and includes development, investment, financing, operation, maintenance,management of Stage Carriage services underClusterincluding use of DMRC InfrastructureFacilities if any available/provided.

Page 111: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 6

oo. “Project Milestones” means the milestones as described inAppendix-34.pp. "Project Milestone Certificate" means the certificate issued to the Contractor by DMRC and

more particularly described in clause 33.1 of SCC.qq. “Public Service Vehicle” means any motor vehicle used or adapted to be used for the carriage of

passengers for hire or reward, and includes a maxi cab, a motor cab, contract carriage, and stagecarriage.

rr. “Revenues” has the meaning as assigned to it under Clause 31 of SCC.ss. "Route" means a line of travel which specifies the area which may be traversed by a motor vehicle

between one terminus and another and as may be specified by STA from time to time.tt. “Service Hour” means the cumulative sum of schedule Trip time taken by the Stage Carriage

Service to complete the qualified Trip from origin to destination in a duty, including shuttle routeTrips excluding mandatory rest period if any, time taken in CNG filling/battery charging, breakdownduration, accident and incident within overall limits of standards scheduled time prescribed in aduty memo provided by DMRC.

uu. “Stage Carriage” means a motor vehicle constructed or adapted to carry more than sixpassengers excluding the driver for hire or just reward at separate fares paid by or for individualpassengers, either for the whole journey or for stages of the journey and where a Permit has beenissued in terms of Section 72 of The Motor Vehicles Act, 1988.

vv. “Stage Carriage Services” mean services provided by the Contractor for carriage of passengersas part of the Project including the Basic Services.

ww.“Statutory Auditor” means an independent, recognized and reputable firm of CharteredAccountants duly licensed to practice in India acting as independent statutory auditor of theContractor under the provisions of the Companies Act, 2013 including any statutory modification orre-enactment or replacement thereof, for the time being in force.

xx. "Trip" means one completed journey of Stage Carriage along any given Route for the purpose ofdelivering the Stage Carriage Services and during which it available for use by passengers and, forthe removal of doubt:-

(a) one to and fro journey shall be two Trips;(b) no part of an Idle Run is part of a Trip;(c) if a Stage Carriage embarks on a Trip after completing an Idle Run, that Trip is to

be treated as a separate Trip from any which preceded the Idle.

yy. "Ticket" means an instrument including a Pass in a form approved by the DMRC/GNCTD which ispurchased by a passenger for availing Stage Carriage Services.

zz. “Time Table” or “TT” means the daily, weekly, monthly, yearly schedule for operation of StageCarriages specifying the time and frequency for operation of DMRC, and the Contractor forClusterand revised from time to time.

Page 112: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 7

aaa. “WPI” means the wholesale price index published by the Ministry of Industry, GOI and shallinclude any index, which substitutes the WPI

8 1.4Contract Agreement.

The Form of Contract Agreement shall be in the format given in Annexure-3 of ITT.

9 2.1

General Obligations of Employer:

In addition to general obligations mentioned in Clause 2.1 of GCC, the employer shall ;

(a) ensure peaceful enjoyment of the agreement by the Contractor during the tenure of the agreementsubject to the terms and conditions of this Agreement;

(b) manage and enforce Time Table, more explained in Appendix-31 of SCC;(c) make timely payment of CYF and Goods and Services Tax (GST), and for this purpose agrees to:

i. open a Designated Account;

(d) provide all reasonable assistance in obtaining and renewing Permits for Stage Carriages to theContractor by the State Transport Authority (STA);

(e) provide following facilities to the Contractor :i. On-board Equipment (defined in para 1.2.19 of Appendix-32 of SCC) at free of cost

except available in standard fitment as a part of bus specification.(f) monitor compliance of the prescribed Specification in terms of Appendix-29 of Employers

Requirement by the Contractor;(g) process and apply Performance Adjustments in terms of Appendix-32 of SCC on the Contractor ;(h) direct the Contractor to display information and DMRC logo in terms of instructions issued by DMRC

to Contractor from time to time and in terms of identified locations;(i) direct the Contractor to operate Additional/extra Services, if any;(j) undertake changes in Specifications for altering, deleting, modifying Specifications and thereupon

direct the Contractor to implement the same;(k) collect data, undertake analysis and monitor Stage Carriage Services within and across Clusters;(l) monitor operations of Stage Carriage Services in accordance with TT/ prescribed schedules;(m)Recommend changes in TT based on traffic conditions, route rationalization, demand etc.(n) generate revenues from advertising on board the Stage Carriages, including outside and inside of the

Stage Carriages and deposit the same in the Designated Account(o) manage such facilities necessary to discharge its obligations.(p) Shall bear costs associated towards operation, monitoring and management of contract.

Page 113: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 8

(q) Make payment as per payment schedule.(r) provide depot infrastructure as per Appendix-35 of SCC.

10 3.2

Duties and Authorities of the Engineer:

In addition to the duties mentioned in Clause 3.2 of General Conditions of Contract the engineer shall:

(i) Watch and inspect the Works/Services, monitor and examine any material to be used and workmanemployed by the Contractor in connection with the Works/Services;

(ii) Carry out such duties and exercise such powers vested in the Engineer in accordance with theprovisions of the Contract;

(iii) Issue instructions which in his opinion are necessary for the execution of the Works/Services; and

(iv) The engineer may issue any other instruction which in his opinion is desirable in connection with theWorks/Services.

In case The Engineer is employee of any agency hired by the Employer, the Engineer shall take theapproval of the Employer for all technical and financial matters otherwise he shall be deemed to havetaken the approval of the Employer.

11 4.1

General obligation of the contractor

In addition to the general obligation of the contractor mentioned in Clause no 4.1 of GCC. The Contractorshall, subject to and in terms of this Agreement, have the right to:

i. operate Stage Carriage Services in terms of this Agreement;(i-a). Procure, commission, install ,maintain and operate auto bus washing, cleaning system;

(i-b).To develop bus depot infrastructure facilities at Depot space provided by DMRC as per Appendix-35ii. raise claim and receive Consolidated Year Fare (CYF) for the volume of Stage Carriage Services and subject

to Performance Adjustment and incremental Stage Carriage Services provided as Additional/extraServices,if any;and

iii. The Contractor shall at its own risk and expense, in addition to and not in derogation of its obligationselsewhere set out in this Agreement, have the obligation to:

Statutory Obligationsof Contractor:(a) comply with the provisions of the Motor Vehicles Act, 1988 and the Rules made thereunder for

providing Stage Carriage Services;(b) obtain Permit and abide by Permit conditions and any amendment(s) thereof for providing Stage

Carriage Services;

Page 114: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 9

(c) ensure that relevant application for renewal of Permits is submittedwell in advance to STA to ensurecontinued and uninterrupted Stage Carriage Services;

(d) make, or cause to be made, necessary applications to the relevant Governmental Agencies with suchparticulars and details, as may be necessary for obtaining all Applicable Clearances or Approvals,and obtain such Applicable Clearances or Approvals in conformity with the Applicable Laws and be incompliance thereof at all times during the Contract Period. be responsible for making all the statutorypayments with respect to Applicable Laws including laws dealing with labour.DMRC shall not beresponsible for any liability of the Contractor towards the statutory payments to the persons workingunder them or any other statutory payment;

(e) be liable for any claim arising from the accident be it loss of life or limb, damage, or loss causedduring the operation of the Stage Carriage Services. DMRC shall not be responsible for any claimincluding the claim made in connection with the injuries or loss of life sustained by passengers orother road users;

(f) release and indemnify DMRC, their employees, agents and contractors from and against all liabilityfor death or personal injury, loss of or damage to property (including property belonging to DMRC orfor which it is responsible and including DMRC Infrastructure Facilities) and any other loss, damage,cost and/or expense which may arise out of or in the course of or by reason of the performance ornon-performance of this Agreement by the Contractor, it’s employees or agents whether such injury,loss, damage, cost and/or expense be caused by negligence or otherwise provided always that theContractor shall not be liable to DMRC for any injury, loss, damage, cost and/or expense to theextent that the negligence of DMRC, their employees, agents or contractors is shown to havecontributed to the said injury, loss, damage, cost and/or expense; and

(g) obtain and maintain in force, on and from the Appointed Date, all insurance of an adequate level inaccordance with the provisions of this Agreement and Good Industry Practice.

Operational Obligationsof Contractor:(h) furnish and maintain the Performance Security in terms of ITT;(i) undertake at its own risk all activities related to development, investment, financing, operation,

maintenance, management of Stage Carriage Services in Clusterfor the purpose of this Agreementand introduce Stage Carriage Services in terms of Appendix-34 of SCC;

(j) comply with Time Table and provide Trips in terms of details set out in Cluster operations Detail inAppendix-31 of SCC except in case of temporary emergency which the Contractor shall notify toDMRC without delay, of the nature of emergency, its likely duration and proposals forarrangements to deal with the same as soon as is practical in the circumstances;

(k) comply with the requirements set out in Appendix-31of SCC in terms of Routes and other

Page 115: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 10

provisions;(l) comply with the Specification in terms ofAppendix-29 of Employers Requirement;(m) comply with Performance Standards in terms of Appendix-32 of SCC;(n) to operate Additional/extraServices ,if any,based on instruction of DMRC;

(o) to operate Trips based on revisions made in TT .(p) ensure safety and security of various equipment installed on the Stage Carriage by DMRC or

any other agency nominated by DMRC such as equipment related to FCS, AVTMPS(AutomaticVehicle Tracking, Monitoring and Passenger Information System)

(q) take all reasonable precautions for the prevention of accidents in the operation of the Projectand provide all reasonable assistance and emergency medical aid to accident victims;

(r) Follow all directions given by DMRC as per the terms of this agreement for efficient operationand maintenance of the Project;

(s) notify DMRC within 14 days of any changes to the Contractor’s directors, senior managementand key personnel involved in the Project; and

(t) The Contractor shall be responsible for refurbishment of Stage Carriages in show-roomcondition with completion of all missing components, reconditioning of majoraggregates/assemblies/sub-assemblies, replacement of damaged body panels, replacement ofcushions of passenger seats etc. after completion of five years from date of registration of eachStage Carriage. However, the said refurbishment of Stage Carriages is required to becompleted within a window of one year i.e. before completion of sixth year of date ofregistration of each Stage Carriage.

Administrative Obligationsof Contractor:(u) ensure compliance of the instructions, as and when issued by DMRC, in relation to the

operation, security, safety, quality and functionality of Stage Carriage Service under thisProject by its employees, contractors, agents or dependents;

(v) to submit relevant information sought by DMRC such as daily number of trips, time schedulesof each Stage Carriage on daily basis, personnel data including biometric records or details ofDrivers and other specific persons involved in operations;

(w) provide access to documents and information in relation to operation of Stage Carriages andall information adjunct to it upon demand at all time by DMRC;

(x) agrees to the undisputed and exclusive ownership of the trade mark ‘DMRC” and theIntellectual Property Rights acquired by DMRC in respect thereof and not to assign or allow theuse, in any manner or purpose whatsoever, of the same;

(y) to ensure the shareholding/composition of the Contractor.(z) accepts and allows DMRC alongwith FCS Provider or its authorized agency to collect and

Page 116: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 11

deposit the Fare in the Designated Account;(aa) to provide all necessary and reasonable assistance to DMRC as it may require for

performance of its duties and services;(bb) agrees that DMRC shall have the right to control and to supervise all dealings with the press

and any other media in relation to any incident, event, claim or action; and(cc) to make all reasonable efforts to maintain harmony and good industrial relations among the

personnel employed in connection with the performance of the Contractor’s obligations underthis Agreement.

General Obligationsof Contractor:(dd) investigate, study, design, engineer, finance, procure, develop, construct, operate, maintain

and manage the Project in accordance with the provisions hereof;

(ee) comply with all Applicable Clearances or Approvals and Applicable Laws in the performanceof the Contractor’s obligations under this Agreement including those being performed by anyof the contractors;

(ff) procure and maintain in full force and effect, as required, appropriate proprietary rights,licenses, agreements and permissions for materials, methods, processes and systems usedin or incorporated into the Project ;

(gg) to abide by the timelines towards Project Milestones set out in clause 33 of SCC;

(hh) agrees to make payments set out in this Agreement for a delay in achieving the variousmilestones as specified in Clause 33of SCC;

(ii) make such financing arrangement as would be necessary to implement the Project and tomeet all of its obligations under this Agreement, in a timely manner;

(jj) prepare and submit with reasonable promptness and in such sequence as is consistent withthe Project Milestones, mobilization and project plan to DMRC for review and incorporatesuch comments received;

(kk) provide all assistance to DMRC as it may require for the performance of its duties andservices;

(ll) provide reports to DMRC on regular basis, during the Period in the form and manner setforth in this Agreement or prescribed from time to time;

(mm) obtain and maintain in force, on and from the Appointed Date all insurances in accordance withthe provisions of this Agreement and Good Industry Practice;

Page 117: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 12

(nn) appoint, supervise, monitor, control and be liable for the activities of contractors, suppliers andagencies deployed for the Project under their respective agreements as may be necessary;

(oo) make reasonable efforts to maintain harmony and good industrial relations among the personnelemployed in connection with the performance of its obligations under this Agreement and shallbe solely responsible for compliance with all labour laws as Principal Employer and solely liablefor all possible claims and employment related liabilities of its staff employed in relation with theProject and hereby indemnifies DMRC against any claims, damages, expenses or losses in thisregard and that in no case and shall for no purpose shall DMRC be treated as employer in thisregard;

(pp) not to place or create and nor permit any contractor or other person claiming through or underthe Contractor to create or place any Encumbrance or security interest over all or any part of oron any rights or interest of DMRC under this Agreement, save and except as expressly set forthin this Agreement;

(qq) make its own arrangements for the engagement of the employees and labour engaged forexecution of the Project.

(rr) employ adequate number of appropriately qualified, skilled and experienced persons in order toexecute the Project. DMRC may require the Contractor to remove any person employed on theProject and the Contractor shall in such cases appoint suitable replacement/s immediately

(ss) provide and maintain all necessary safety, health and welfare facilities for its staff andemployees.

(tt) be responsible for security, environment and safety, soundness and durability and quality of theequipment used for providing Stage Carriage Services;

(uu) upon receipt of a request thereof, afford access to the Stage Carriages and other infrastructurefacilities such as Depot to the authorised representatives of DMRC, Lenders for the purpose ofascertaining compliance with the terms, covenants and conditions of this Agreement and to anygovernment agency having jurisdiction over the Project, including those concerned with safety,security or environmental protection to inspect the Project and to investigate any matter withintheir authority and upon reasonable notice, the Contractor shall provide to such personsassistance reasonably required to carry out their respective duties and functions with minimumdisruption to the operation, management and maintenance of the Project consistent with thepurpose for which such persons have gained such access to the Project;

(vv) indemnify and hold harmless DMRC and their employees from and against all actions, suits,claims, damages, demands and proceedings and any loss or damage or cost or expense that

Page 118: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 13

may be suffered by them on account of anything done or omitted to be done by the Contractor inconnection with the performance of its obligations under this Agreement or any activityincidental thereto.

(ww) in all matters arising in the performance of this Agreement, comply with, give all noticesunder, and pay all fees required by, the provisions of any national or state statute, ordinanceor other law, or any regulation of any legally constituted public authority having jurisdictionover the Project.

(xx) effective from the Appointed Date, pay in terms of Applicable Laws all stamp duties and otherapplicable taxes, fees, levies and cess in respect of the Project;

(yy) replace or reimburse all costs associated with replacement / repair of On-board Equipment,where such damage/lost/theft is due to negligence of the Contractor and where suchequipment are replaced by DMRC/ its agencies, the Contractor shall pay at 1.25 times thecost for replacement/repair.

12 4.2.1 (i)

PERFORMANCE SECURITY

Within 30 days of receipt of Letter of Acceptance, the successful Tenderer shall furnish PerformanceSecurity in the form of FDR/Bank Guarantee/Demand Draft from a branch in India of a schedule foreignbank or from a schedule commercial bank in India acceptable to the Employer for an amountRs.10,00,000.00 /-( Rs Ten lakhs ) per bus and it shall be valid upto 18 months beyond the contractcompletion period.

13 4.2.1(ii)

The scheduled foreign bank or scheduled commercial bank in India must be on the Structured FinancialMessaging System (SFMS) platform. A separate advice of the BG will invariably be sent by the issuingbank to the Employer’s Bank through SFMS and only after this, the BG will become operative andacceptable to the employer. It is, therefore, in the own interest of the contractor to obtain Employer’s bankIFSC Code, it’s branch and address and advise these particulars to the BG issuing bank and request themto send advice of BG through SFMS to the Employer’s Bank.

14 4.2.3

Release of Performance Security:The whole of the Performance Security amount shall be liable to be forfeited by the Employer at thediscretion of the Employer, in the event of any breach of contract on the part of the Contractor.i. On completion of 25 % of Contract period (i.e 2.5 years from commencement of services of

last fleet/bus )- 25% of Performance Security will be released.ii. On completion of 50 % of Contract (i.e 5 years from commencement of services of last

fleet/bus) -50% of Performance Security will be released.iii. On completion of 75 % of Contract(i.e 7.5 years from commencement of services of last

fleet/bus) - 75% of Performance Security will be released.iv. On completion of 100 % of Contract (i.e 10 years from commencement of services of last

Page 119: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 14

fleet/bus) -95% of Performance Security will be released).v. Balance 5% of Performance Security will be released after 18 months from the end of contract

period or subject to the clearance of challans from Delhi Police ,court cases,statuary casespending against the contractor whichever is later.

15 4.7Compensation for breach:Any breach of aforesaid sub clause from 4.5 and4.6 of GCC shall entitle the employer to rescind thecontract in accordance with the contract conditions and also render the contractor liable for loss or damagearising due to such cancellations.

16 4.10Sufficiency of Tender:The Tenderer shall be entirely responsible for sufficiency of rates quoted by him in his tender.The Contractor(Successful Tenderer) shall be paid for only at quoted/accepted rates for the items of works executed as per BOQ.

17 4.17 Protection of Environment:In addition to GCC clause 4.17,The Contractor shall maintain ecological balance by preventing deforestation, water pollution and defacing of naturallandscape. The Contractor shall, so conduct his cleaning operations, as to prevent any avoidable destruction, scarringor defacing of natural surroundings in the vicinity of work. In respect of ecological balance, the Contractor shall observethe following instructions(a) Where destruction, scarring, damage or defacing may occur as a result of operations relating to construction and

maintenance activities, the same shall be repaired, replanted or otherwise corrected at Contractor’s expense. Allwork areas shall be smoothened and graded in a manner to confirm to natural appearance of the landscape asdirected by the Engineer.

(b) All trees and shrubbery, which are not specifically required to be cleared or removed for cleaning purposes, shallbe preserved and shall be protected from any damage that may be caused by Contractor’s cleaning operationsand equipment. The removal of trees or shrubs will be permitted only after prior approval by the Engineer. Treesshall not be used for anchorage. The Contractor shall be responsible for injuries to trees and shrubs caused byhis operations. The term “injury” shall include, without limitation, bruising, scarring, tearing and breaking of roots,trunks or branches. All injured trees and shrubs shall be restored as nearly as practicable, without delay, to theiroriginal condition at Contractor’s expenses.

(c) The Contractor shall provide all necessary access, assistance and facilities to enable the Engineer and theEmployer to monitor and conduct tests to verify that the Site Environmental Plan is being properly and fullyimplemented.

17.(i) 4.18 Electricity Water and GasElectricity connection will be provided at one point to the Contractor by DMRC and the Contractor shall be required totap the electricity from DMRC’s nearest Distribution Board with its own infrastructure / resources. For the purpose, ifany augmentation in the electricity infrastructure provided by DMRCis required in the depot, the same shall be inthe scope of the Contractor. The Contractor shall be required to pay all costs associated with provision of electricityand monthly recurring cost based on consumption during operation/implementation of contract.Contractor shall be required to pay all costs associated with provision of water connection and monthly maintenanceand recurring cost based on consumption of water.

Page 120: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 15

18 4.19 Employer Supplied Tools/plants, equipment, machinery and MaterialsThe Employer will not provide any Tools/plants, equipment machinery or materials under the Contract.

19 4.27 Security of the SiteThe Contractor shall take all measures necessary to ensure such security, including exercising control over all personsand vehicles which are employed or engaged on the Site or in connection with the Works or the other workscomprising the Project and with the security arrangements applicable to any other site within the Project.The Contractor shall arrange the issue of passes for the admission of all persons and vehicles to the Site or to any partthereof and may refuse admission to or remove from the Site any person or vehicle failing to show an appropriate passon demand to any duly authorised person.If required by the Engineer, the Contractor shall submit a list identifying all persons to whom passes havebeen issued together with two photographs of each person and all entities to which a pass has beenissued in respect of any vehicle and shall satisfy the Engineer of the bonafides of any such person orentity.The Contractor shall not, without the written permission of the Engineer or otherwise in accordance withthe Contract, allow access to the Site to any person unless the presence on Site of such person isnecessary in connection with the execution of the Works or with the discharge of the duties of any relevantauthority.For the purposes of this Clause only, "Site" shall include off-Site places of manufacture or storage and theContractor's Work Areas and shall include, areas provided to the Contractor.

20 6.4 In addition to clause 6.4 of GCC,a. The Contractor shall, if required by the Employer, deliver to the Engineer or to his office; a return in

detail, in such form and at such intervals as the Employer may prescribe, showing the number oflabour employed in different categories by the Contractor for the entire work. The contractor mustensure compliance of all the labour laws including obtaining labourlicence and registration ofworkers under EPF and ESI Board.

b. In case of death of staff, the agency is required to deposit `1,00,000/- in DMRC Labour welfarefund to enable DMRC to release `2,00,000/- for heir apparent as immediate relief to his dependent.Subsequently agency should facilitate compensation on priority. Violation of these basic provisionsshall attract a penalty and repeated violations shall lead to termination of contract.

21 6.7 In addition to Clause 6.7 of GCC,Contractors are required to have tie-up with well-equipped reputed hospitals having facilities of MRI, CTScan, Ultrasound, Blood Bank, specialist Doctors like neurosurgeon, orthopaedic as mandatoryrequirement and fire station located in the neighbourhood for attending to the casualties promptly andemergency vehicle kept on standby duty during the working hours for the purpose.

22 10 Defect Liability Deleted23 11.1.1 The Contract Price & Payment

The contract price, subject to any adjustment thereto in accordance with contract conditions shall be

Page 121: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 16

inclusive of all taxes, duties, levies, royalties,transport, freight, insurance, loading/unloading, etc. exceptGST which will be paid extra as applicable.

24

24.1

11.1.3

11.1.4

Adjustment in Contract PriceAdjustment in contract price shall be done as described in Appendix-33 of SCC.

CYF Variation for Change in Law(a) Where, a Change in Law condition leads to proven increase in cost to the Contractor that:

i. could not have been foreseen at the time when this Agreement was being negotiated:ii. could not reasonably have been avoided by good management practice; andiii. is not expressly or by implication accommodated by the way in which the CYF is constructed,the

Contractor is entitled to have the CYF amended to recoup its reasonable compliance costs. Theadjustment in CYF shall not cause to increase in cost that was proved by the Contractor to thesatisfaction of DMRC

(b) Where, a Change in Law condition leading to proven decrease in cost to the Contractor that:i. could not have been foreseen at the time when this Agreement was being negotiated; andii. is not expressly or by implication accommodated by the way in which the CYF is constructed,

DMRC is entitled to have the CYF amended so as to reduce it by an amount by which the Contractor’scosts of providing the services ought reasonably to be reduced.

c) CYF variation due to change in law (except GST) set out in above Clause24.1(a) and (b) shall beconsidered only.

25 11.2.1&11.2.2

11.2.4

11.2.5

Advance and RecoveryAdvance shall be upto10% of the Cost of Buses(net cost after adjusting subsidy ,if any) payable to theOriginal Electric Bus Manufacturer on submission of the Original Invoice by the Contractor.The advance shall be paid interest free against acceptable Bank Guarantee from a Schedule Commercialbank in India. The value of Bank Guarantee towards security of advance shall be 110% of advance to bepaid to the manufacturer. The contractor, once the 50% of the advance has been recovered, shall have aonetime option to reduce the Bank Guarantee for the advance amount recovered.

a. The Recovery of advances shall commence after one year from the COD/Commencement ofservices and it will be completed monthly spread over in equal installments in five years from theCOD/ Commencement of services.

b. Deleted.If there is delay in recovery of advance from the stipulated time, then the interest shall be charged from thecontractor on the remaining portion of advance beyond 5 years from the COD/Commencement of services.

Page 122: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 17

The rate of interest shall be equal to State Bank of India’s Marginal Cost of fund based Lending Rate(MCLR) applicable for the tenure of 01 year prevailing on the original completion date specified in theContract plus 3% Penal Interest per annum.

26 11.3 Deleted27 11.4.2 The contractor shall be entitled to be paid from time to time, normally once in a calendar month, by

way of ‘on account’ bill as per the payment schedule indicated in Bill of Quantity(BOQ) or as finallyapproved by the Engineer.

28 11.6 Payment- Interim and FinalCYF Release

a. DMRC shall release to the Contractor, the amount calculated according to the CYF for the StageCarriage Services provided for the month under consideration (“Payment Month” or“PM”).

b. For each Payment Month, CYF shall be based on the volume of services provided, subject toPerformance Adjustment, services provided as additional /extraServices if any.

CYF Release SchedulePayment shall be made on the following dates (“Payment Date/s”), based on the monthly invoiceraised by the Contractor, at least 10 days prior to the Payment DateS/N Payment Date Amount of CYF

1. 15th day of themonth 40% of estimated payment for the Month

2. 30th or 31st dayof the month 40%of estimated Payment for the month

3.

Before 10th dayof monthsucceeding thepayment month

Balance 20% Payment for the month subject to: -(i) PerformanceAdjustment,(ii) Plus -payment of additional/extra services, if any ,and(iii) Minus – Payment alreadymadeat S.N 1.& 2. above

Note:i.) However, in case where it is found that the Contractor is unlikely to meet Performance Standards,

DMRC has the right to withhold payment set out at Sr. No.1 and 2 above. In such case entirepayment shall be made on the Payment Date set out at Sr. No. 3 above.

ii.) In addition, Goods and Services Tax(GST) and any applicable surcharges or cess on it, if anyshall be paid.

iii.) In case 15th day of PM or 30th/31st day of PM is a bank holiday/ Gazetted holiday in the government,the payment will be released next day.

Page 123: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 18

iv.) Along with the invoice the Contractor shall submit the duly filled up Compliance Format in terms ofAppendix-32K ofSCC.

v.) The final payment will be released within 10 days from date of receipt of Invoice with compliances.vi.) No interest will be payable on account of delay in release of payment.vii.) Payment for PM for Year 1 is CYOF / 12 and for succeeding years, Payment for PM shall beCYF/12.viii.) Performance Adjustments shall be made at payment set out at Sr. No.3 of CYF Release Schedule.ix.) Adjustment for CNG/ELECTRICITY shall be made at payment set out at Sr. No. 3 of CYF Release

Schedule.x.) Adjustment based on CPI shall be made only twice a year i.e. based onMarch 31 and September 30

CPI values. No adjustment for change in CPI in the intervening period shall bepayable.xi.) The assured kms will be 150kms per bus per day.

29 13 Termination of contract:29.1

29.1.113 Termination for the Contractor Event of Default.

Contractor Event of Default

The following events shall constitute an event of default by the Contractor (a “Contractor Event of Default”)unless such Contractor Event of Default has occurred as a result of DMRC Event of Default or a ForceMajeure Event;(1) The Contractor fails to achieve Financial Closure in accordance with the provisions of Clause 34 of

SCC;(2) The Contractor fails to achieve any Project Milestone within the period set forth in Appendix-34of

SCC or during any extended period as provided in Clause 33.2 of SCC;(3) At any time during the Contract Period, the Contractor fails to adhere to the Equipment Specifications

or has failed to meet Performance Standards in terms of Clause 32.2 and continuous breach ofPerformance Standard as per clause 32.3 of SCC and has failed to remedy the same within 30 days;

(4) The Contractor is in Material Breach of this Agreementin terms of Clause 32.3.3;(5) The Contractor commits default in complying with any of the terms and conditions of this Agreement,

save and except those defaults in respect of which Cure Period has been expressly provided in thisAgreement and fails to remedy or rectify the same within the period provided in a notice in this behalffrom DMRC which shall:(a) require the Contractor to remedy the breach or breaches referred to in such notice within 1 (one)

month (or such longer period as may be agreed by the DMRC at its absolute discretion); or(b) permit the Contractor to put forward within 15 days of such notice a reasonable programme for the

remedying of the breach or breaches, such programme to specify in reasonable detail the manner

Page 124: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 19

in which such breach or breaches is or are proposed to be remedied and the latest date by which itis proposed that such breach or all such breaches shall be remedied.

(6) The Contractor creates any Encumbrance, charges or lien in favour of any person save and except asotherwise expressly permitted under clause 4.5 of GCC;

(7) The shareholding of the Consortium Members falls below the minimum prescribed in Appendix-6 ofFOT and the Contractor does not suo moto cure such default within 90 (ninety) days of itsoccurrence;

(8) The transfer, pursuant to law of either (a) the rights and/or obligations of the Contractor or (b) all ormaterial part of the assets or undertaking of the Contractor except where such transfer in thereasonable opinion of DMRCdoes not affect the ability of the Contractor to perform, and theContractor has the financial and technical capability to perform, its material obligations;

(9) A resolution is passed by the shareholders of the Contractor for the voluntary winding up of theContractor.

(10) The Contractor is adjudged bankrupt or insolvent or if a trustee or receiver is appointed for theContractor or for any of its property that has a material bearing on the Project;

(11) Any petition for winding up of the Contractor is admitted by a court of competent jurisdiction or theContractor is ordered to be wound up by Court except for the purpose of amalgamation orreconstruction provided that, as part of such amalgamation or reconstruction, the property, assets andundertaking of the Contractor are transferred to the amalgamated or reconstructed entity and that theamalgamated or reconstructed entity has unconditionally assumed the obligations of the Contractorunder this Agreement and provided that:

(a) the amalgamated or reconstructed entity has the technical capability and operatingexperience necessary for the performance of its obligations under this Agreement; and

(b) the amalgamated or reconstructed entity has the financial standing to perform its obligationsunder this Agreement and has a credit worthiness at least as good as that of the Contractoras at the Financial Close.

(12) An event of default of the Contractor under any of the Financing Documents has occurred or any ofthe Senior Lenders has recalled its loan under any of the Financing Documents.

(13) The Contractor abandons the operations of the Project for more than 15 (fifteen) consecutive dayswithout the prior consent of DMRC, provided that the Contractor shall be deemed not to haveabandoned such operation if such abandonment was (i) as a result of Force Majeure Event and isonly for the period such Force Majeure is continuing, or (ii) is on account of a breach of itsobligations by DMRC.

(14) The Contractor repudiates this Agreement or otherwise evidences an intention not to be bound bythis Agreement.

Page 125: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 20

29.1.2

29.1.3

29.2

(15) The Contractor suffers an execution being levied on any of its assets/ equipment causing a MaterialAdverse Effect on the Project and allows it to be continued for a period of 15 (fifteen) days,

(16) The Contractor is using the DMRC Infrastructure Facilities for any purposes other than as providedin this Agreement.

(17) Any representation made or any warranty provided by the Contractor under this Agreement or theproposal is found to be false or misleading;

Save and except as otherwise provided in Clause 29.2 of SCC, and without prejudice to any other right orremedy which DMRC may have in respect thereof under this Agreement, upon a report from DMRC orotherwise about the occurrence of any breach or default by the Contractor under this Agreementincluding any Contractor Event of Default, DMRC shall be entitled to terminate this Agreement by acommunication in writing (the “Termination Notice”) to the Contractor if the Contractor has failed to curesuch breach or default within the period provided for the same in this Agreement provided that beforeissuing the Termination Notice, DMRC shall by a notice in writing inform the Contractor of its intention toissue the Termination Notice (the “Preliminary Notice”) and grant 15 (fifteen) days time to the Contractorto make its representation, if any, against such intended Termination Notice and shall after the expiry ofsaid 15 (fifteen) day period whether or not it is in receipt of such representation, in its sole discretionissue the Termination Notice.

Subject to Clause 29.2 of SCC, the following shall apply in respect of cure of any of the defaults and/orbreaches of this Agreement.

(i) The Cure Period shall commence from the date on which a notice in writing is delivered byDMRC to the Contractor asking the latter to cure the breach or default specified in such notice.

(ii) The Cure Period provided in this Agreement shall not relieve the Contractor from liability forDamages caused by its breach or default;

(iii) The Cure Period shall not in any way be extended by any period of suspension under thisAgreement;

(iv) If the cure of any breach by the Contractor requires any reasonable action by Contractor thatmust be approved by DMRC hereunder the applicable Cure Period (and any liability of theContractor for damages incurred) shall be extended by the period taken by DMRC to accordtheir required approval.

Notwithstanding anything to the contrary contained in this Agreement, in the event of the Contractorbeing in default under any of the provisions hereof expressly providing for Termination under or inaccordance with this Clause 29.2 of SCC, DMRC shall be entitled to terminate this Agreement forthwith

Page 126: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 21

29.3

29.4

29.5

by issuing a Termination Notice to the Contractor and upon issue of such Termination Notice by DMRCthis Agreement shall stand terminated forthwith. Provided, however, that prior to such Termination,DMRC shall by notice grant to the Contractor a Cure Period upto one(1) month for curing the relevantbreach or default of the provisions of this Agreement.

Upon Termination by DMRC on account of occurrence of Contractor Event of Default, PerformanceSecurity of the contractor available with DMRC shall be forfeited.

Withdrawal of Termination NoticeNotwithstanding anything inconsistent contained in this Agreement, if the Contractor has been servedwith the Termination Notice cures the underlying Event of Default to the satisfaction of the DMRC atany time before the Termination occurs, the Termination Notice shall be withdrawn by the DMRC.Provided that the Contractor in breach shall compensate the DMRC for any direct costs/ consequencesoccasioned by the Event of Default which caused the issue of Termination Notice.

MiscellaneousOn termination of this Agreement, DMRC shall not be liable to the Contractor for any loss of profit, lossof contract or any other losses and/or expenses of whatsoever nature arising out of or in connectionwith such termination.

30 15 Insurancea) The contractor shall insure against liability to third parties in the joint name of the Employer and the

contractor for any loss, damage, death or injury which may occur to any physical property (exceptthings insured otherwise)or any person (except person insured by employer, staff of other contractor working in thepremises)which may arise out of the performance of the contract. The insurance shall be at least forthe amount of Rs.7,50,000/- for any one incident, with number of incidents unlimited.

b) Insurance cover for Contractor’s All Risk shall be full value of buses and infrastructure developed inthe depot etc.

Additional Clauses:SCCClauseNo.

Description

Page 127: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 22

3131.1

31.2

31.3

31.4

31.5

31.6

RevenueSources of Revenues to the Contractor for providing volume of Basic Services shall be based on CYF, PerformanceAdjustment, andadditional/extra Stage Carriage Services if any.Payment of CYF shall be released to the Contractor by DMRC in terms of Appendix-33 of SCC. Payment of CYF for firstyear shall be made based on the consolidated year one fare (“Consolidated Year One Fare” or “CYOF”) in terms of detailsset out in Appendix-33of SCC. Payment of CYF for second to 10th/Xth year shall be made on similar lines as set out inAppendix-33for CYOF. Actual release of monies to the Contractor shall be made on Payment Month basis as detailed out inAppendix-33of SCC.

Contractor agrees and confirms that revenue from Fare, Pass and fines from passengers for use of Basic Services andAdditional/extra Services if any, as part of Stage Carriage Services shall be collected by DMRC, or any agency authorized byit, and shall be retained by DMRC in the Designated Account. DMRC shall have the right to permit advertisement for licensefee on the Stage Carriages and all such receipts/amount collected/received shall be retained by DMRC. The Contractor’sclaim on payment for Basic Services rendered shall be regulated under Clause 31.1 of SCC.

Whenever under this Agreement any sum of money shall be recoverable from or payable by the Contractor, the same may bededucted from any sum then due or which at any time thereafter may become due to the Contractor under this Agreement.

Performance Adjustment, excluding on account of Accidents as set out in Appendix-32of SCC, shall not be applied for theinitial three months from the commencement of each Route. Based on feedback during this period, TT and PerformanceAdjustments may be revised at the sole discretion of DMRC.

The performance deductions for not meeting the service level obligations are capped at 10% of CYF. For the purpose ofdetermining the aforementioned cap, performance deductions for the following will not be considered:

a. failure to meet Assured Fleet Availability for any reasons attributable to the Contractor, andb. fatal accidents and over speeding

Note: Additional damages for not meeting Assured Fleet Availability and road safety parameters (fatal accident & over speed) interms of Appendix-32of SCC will be over and above the aforementioned cap of 10% towards Performance Deduction.

3232.1

Service Level RequirementsThe Contractor shall provide to DMRC, the reports described in Appendix-32of SCC at the times specified in that appendix andmust promptly provide to DMRC any other information reasonably required by the DMRC to monitor the Contractor’s

Page 128: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 23

32.2

32.332.3.1

32.3.2

32.3.3

32.3.4

performance

Repeated Failure to meet PerformanceStandardsIf the Contractor fails to meet any Performance Standards, due to which Performance Adjustment exceeds 15% in twoconsecutive months, or it is found that the Performance Standards declines by more than 50% on any day, the Contractor must,at no additional cost to DMRC :

a) inquire into the underlying causes of the failure to meet the Performance Benchmark (which underlying causes are the“Performance Problem”);

b) prepare a report which identifies and addresses the Performance Problem and deliver it to DMRC within 10 working daysor earlier, as may be decided by DMRC; and

c) on being required by DMRC take whatever action is reasonably necessary to minimise the impact of the Performanceproblem and immediately take that action;

d) correct the Performance problem and from then on meeting the Performance Standards.The aforesaid does not restrict the right of DMRC to impose repeated Performance Deductions till the failure on part ofthe Contractor is rectified

Continues Breach Of Performance StandardIn the event that the Contractor fails to meet the Performance Standards due to which Performance Adjustment exceeds 25%of the CYF for any two consecutive months or 15% of the CYF in any four months immediately preceding twelve monthsperiod, DMRC may issue a notice to that effect specifying the breach and direct the Contractor to cure the breach.

Where the Contractor has failed to cure the breach within the Cure Period of 30 days, DMRC shall, without prejudice to any ofits other rights and/or remedies under this Agreement, be entitled to issue the Termination Notice for Contractor’s Event ofDefault.

The Contractor shall be deemed to be in Material Breach of the Performance Standards, if DMRC acting reasonably and inaccordance with the provisions of this Agreement has determined that:

a) the quality of the services has deteriorated to a level which is below the acceptance level prescribed by thePerformance Standards

b) there has been a serious or persistent failure to adhere to safety requirements or Performance Standards.

Upon occurrence of a Material Breach of the Performance Standards, DMRC shall be entitled, without prejudice to andnotwithstanding any other consequences provided therefor under this Agreement, to terminate the Contract Agreement inaccordance with Clause 29 of SCC.

Page 129: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 24

32.432.4.1

32.4.2

Review of Performance StandardsThe Contractor and DMRC must meet periodically and at least half yearly to review the Performance Standards (subject to notimpacting on financial implications) and in good faith, negotiate adjustments, deletions or additions that are appropriate to ensurethat the Performance Standards are appropriate to measure the Contractor’s performance in line with Good Industry Practice.The following rules apply to the reviews undertaken under this clause:-a) Nothing in this clause requires DMRC to negotiate on or agree to adjustments to reflect diminished/ changed performance

capability.b) If, by 31th March in any year, the Parties have not agreed on Performance Standards applicable, the Performance

Standards for the previous year shall be adhered to by the Contractor.

Changes in Performance Standards by DMRCDMRC may change the Performance Standards either in general or in a particular case. If it is considered necessary toachieve the overall objectives either to maximize utilization of regular passenger services or to achieve efficiency of resourcesallocated to regular passenger services.

33

33.1

33.2

33.3

33.4

33.5

Project Milestones and COD

The Contractor shall, subject to and in accordance with the terms of this Agreement, achieve the Project Milestones set out inAppendix-34 of SCC. Upon achieving COD, the Contractor shall seek the issuance of a certification in respect thereof.

In exceptional circumstances, on the written request from the Contractor for extension of End Dates together with adequatejustification thereof, DMRC may consider /reject such request. In the event Contractor is not able to achieve COD within suchextended period, it shall be deemed a Contractor Event of Default.

In case, such extension is permitted by DMRC, the revised dates for Project Milestones shall be treated as scheduled EndDate/s.

Upon readiness of completion of respective Project Milestone, the Contractor shall request the issue of Project MilestoneCertificate in respect thereof. DMRC shall, upon verification of the relevant documentation and site visits, if any, and in any casewithin five (5) days, cause the issuance of the relevant Project Milestone Certificate.

For any delay in achieving the Project Milestones date/s, the Contractor shall pay to the DMRC, compensation (hereinafterreferred as “Liquidated Damages”) to be calculated in the following manner for:Project milestone no.1: (Financial Closure)

(a) delay upto thirty (30) days, from the scheduled End Date, @ Rupees one lakh only (Rs. 1,00,000/-) per day, and

Page 130: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 25

(b) a delay beyond thirty (30) days , from the scheduled End Date, @ Rupees two lakhs only (Rs. 2,00,000/-) per day.Project Milestone No.2 : (provision of depot operational in all respects)

(a) delay upto thirty (30) days, from the scheduled End Date, @ Rupees ten thousand only (Rs. 10,000/- ) per day per depot, and(b) a delay beyond thirty (30) days, from the scheduled End Date, @ Rupees twenty thousand only (Rs. 20,000/- ) per day per depot

Project Milestone No.3 : (operations of 25% of stage Carriage)(a) delay upto thirty (30) days, from the scheduled End Date, @ Rupees two thousand five hundred (Rs. 2,500/- ) per day per Stage

Carriage, and(b) a delay beyond thirty (30) days, from the scheduled End Date, @ Rupees five thousand only (Rs. 5,000/- ) per day per

Stage CarriageProject Milestone No.4 :(operations of additional 50% of stage Carriage)

(a) delay upto thirty (30) days, from the scheduled End Date, @ Rupees two thousand five hundred (Rs. 2,500/- ) per day perStage Carriage, and

(b) a delay beyond thirty (30) days, from the scheduled End Date, @ Rupees five thousand only (Rs. 5,000/- ) per day per StageCarriage

Project Milestone No.5 : (operations of another 25% of stage Carriage)(a) delay upto thirty (30) days, from the scheduled End Date, @ Rupees two thousand five hundred (Rs. 2,500/- ) per day per Stage

Carriage, and(b) a delay beyond thirty (30) days, from the scheduled End Date, @ Rupees five thousand only (Rs. 5,000/- ) per day per Stage

CarriageNotwithstanding the above, in the event of delay beyond 60 days for any of the Project Milestones date/s, DMRC shall be entitled to terminate

this Agreement in accordance with the provisions of Clause 29.1.1 (2) of this SCC. In such scenario, DMRC reserves the right, withoutprejudice to any other rights, which it may be entitled to under this Agreement, to appropriate all of Performance Guarantee so furnished by theContractor.

3434.1

34.2

34.3

34.4

FINANCING ARRANGEMENTSThe Contractor shall at its cost, expenses and risk make such financing arrangement as would be necessary to implement theProject and to ensure the procurement, construction, operation, maintenance and management of the Project and all of its otherobligations under this Agreement, in a timely manner.The Contractor shall, upon the execution of any loan/ debt financing agreement in relation to the financing of the Project and nolater than 15 days thereof, submit to DMRC one set each of such debt financing documents along with a summary sheetcontaining the key terms thereof.The Contractor shall, upon the execution of any equity financing agreement in relation to the financing of the Project and no laterthan 15 days thereof, submit to DMRC one set each of such equity financing documents along with a summary sheet containingthe key terms thereof.Notwithstanding anything to the contrary contained in this Agreement, the Contractor shall ensure that it has obtained effective

Page 131: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 26

34.5

34.6

legally binding commitments towards meeting the debt and equity financing requirements of the Project (“Financial Closure”)within a period not exceeding two (2) months from the date of issue of LOA and any extension thereof specifically agreed uponDMRC based on reasonable request of the Contractor. If the Contractor fails to achieve Financial Closure within the aforesaidperiod, it shall be deemed a Contractor Event of Default.

Notwithstanding anything to the contrary contained in this Agreement, if the Financial Closure does not occur within the timeperiod specified in the preceding clause and any extension thereof, all rights, privileges, claims and entitlements, if any, of theContractor under or arising out of this Agreement shall be deemed to have been waived by and to have ceased with theconcurrence of the Contractor, and the Agreement shall be deemed to have been terminated by mutual agreement of theParties.

Upon Termination of this Agreement under Clause 34.5, DMRC shall be entitled to encash full Performance Security in terms ofEvent of Default set out in Clause 29.1.1 (1).

3535.1

35.2

35.3

Fare Collection System(FCS)DMRC’s Right to Use

The Contractor hereby agrees to provide all support to DMRC or its appointed agents the right to use necessaryinfrastructure belonging to the Contractor for the purpose of implementing FCS at all times during the subsistence of thisAgreement.

Contractor’s useThe Contractor shall ensure that all passengers use the FCS in terms of the guidelines provided for cooperationbetween Contractor and DMRC or its agents.

MaintenanceThe Contractor shall cooperate with DMRC, FCS provider in all respects to ensure that the FCS is properly maintainedand functioning at all times. Where necessary provide its vehicle towards inspection, maintenance, data loading/uploading.

Further necessary staff of DMRC, FCS Agent, their agents and representatives such as ticket collector, ticket checker,conductor or such persons shall be carried on board, at no extra cost. The Contractor shall also provide full cooperationin terms of instructions of the ticket issuer/ collector, conductor, ticket inspector including halt/ stoppage of StageCarriage for conducting necessary inspection.

The contractors and their employees will not be held eligible for facility of free travel on the buses and they will have toabide by the rules as are applicable to the other members of the travelling public.

Page 132: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 27

3636.1

36.2

Handback

Project Facilities Ownership(a) Without prejudice and subject to the Contract, the ownership of the DMRC Infrastructure Facilities shall at all times rest

with DMRC.(b) Without prejudice and subject to the Contract, the ownership of assets belonging to the Contractor and used for the

Project, shall remain with the Contractor.

Obligations of Parties

(a) Contractor’s Obligations(i) The Contractor shall on the date of Expiry by efflux of time or Termination, as the case may be, hand back vacant

and peaceful possession of the DMRC Infrastructure Facilities to DMRC free of cost and in good operable condition.(ii) Atleast 2 months before the expected Expiry or within one week of issue of Termination Notice, a joint inspection of

the DMRC Infrastructure Facilities shall be undertaken by Contractor and DMRC. DMRC shall, within 15 days ofsuch inspection prepare and furnish to the Contractor a list of works/ jobs (“DMRC Infrastructure Facilities HandbackRequirements”), if any, to be carried out so as to conform to the Good Industry Practices and acceptable conditionssubject to normal wear and tear. The Contractor shall promptly undertake and complete such works/jobs at least onemonth prior to the expected date of Expiry or Date of Termination and ensure that the DMRC Infrastructure Facilitiescontinue to meet such requirements until the same are handed back to DMRC.

(iii) DMRC shall, within 15 days of the joint inspection undertaken under preceding clause (i) prepare and furnish to theContractor a list of items, if any, with corresponding distinctive descriptions, which are to be compulsorily handedback to DMRC in terms of Clause 36.1(a)

(iv) The Contractor hereby acknowledges DMRC’s rights specified in Clause 29.1 of SCC enforceable against it uponTermination and its corresponding obligations arising therefrom. The Contractor undertakes to comply with anddischarge promptly all such obligations.

(b) DMRC’s ObligationsDMRC shall, subject to DMRC’s right to deduct amounts towards;

(i) carrying out works/jobs listed under Clause 36.2(a)(ii), which have not been carried out by the Contractor,(ii) purchase of items, which have not been handed back to DMRC or asset belonging to the Contractor and used for the

Project in terms of Clause 36.2(a)(iii), and(iii) any outstanding dues, which may have accrued in respect of the DMRC Infrastructure Facilities.

37 Personnel Under the OperatorThe Contractor shall be solely responsible for all the personnel including drivers and other employees working under thecontract which are employed directly or engaged by the Contractor through any other agency. Further, the Contractor shall also

Page 133: NOTICE INVITING TENDER (NIT) - AWS

TENDER NO: DMRC/OPERATIONS/FBS-02/2018 PROVISION OF FEEDER SERVICES UNDER WEST CLUSTER FOR LAST MILE CONNECTIVITY WITH PROCUREMENT, OPERATION AND

MAINTENANCE OF 16-22 SEATER LOW FLOOR AC ELECTRIC OPERATED BUSES

Special Conditions of Contract Page 28

be solely responsible for the statutory payments in respect of the labour laws to the drivers and other personnel working underthe concession. The Contractor while appointing the personnel will specifically inform the personnel that on being appointed forthe purpose of contract, cannot claim any right or privileges as employees of DMRC. DMRC shall not be responsible for anyliability of the Contractor towards the statutory payments to the personnel working under them. The Contractor shall holdDMRC harmless from any liability, damages, claims, costs and expenses of any nature arising from alleged violation ofpersonnel practices.

38 Subsidiary Company of DMRC

A wholly owned subsidiary company of DMRC named Delhi Metro Last Mile Connectivity Services Ltd (DMLMCSL)is beingformed. The Contract may be handed over to DMLMCSL and handled by the said subsidiary company on behalf of DMRC asand when decided by DMRC.

Page 134: NOTICE INVITING TENDER (NIT) - AWS

29

CLUSTER OPERATION DETAILS Appendix-31Refer Clause:9(b) & 11(j &k) of SCC

1. This scheduling plan refers to specific routes in each Cluster as a Time Table (TT) for the Contractor. The scheduling of bus services variesaccording to the days of week and the time of the day. Each trip has a starting time & location and a destination time & location.

2. The following are objectives of the scheduling plan:

(a) Integration of the Bus Time Table with other modes of existing and proposed public transport/ last mile connectivity modes of DMRC.(b) The Time schedule for Contractor.(c) Reducing service overlaps.(d) The minimization of layover and dead running.(e) Time sequence feasibility of trips.(f) The provision of bus service at regular intervals.

3 The schedule may be reviewed after an initial period of bus operation with a view to improve service delivery and fleet utilization.3.1 The Scheduling Plan

The scheduling plan has been prepared on Unified Scheduling Method,i.e. buses will take equal time to complete the trip and don’t providerest time for the crew. The Contractor shall prepare a duty chart for employees classified as a ‘Motor Transport Worker’ as per theconditions of ‘Motor Transport Workers Act, 1961’.

3.1.1 Differential Scheduling Method

As better vehicle mobility data becomes available, the DMRC will prepare the TT using Differential Scheduling Method. The Differential Scheduling Methodassumes that buses take lesser time during non-peak hours to complete their journeys compared to peak hours. This method will increase the fleetefficiency. The schedule for each route will be prepared on the same principle.

3.2 Services

The service is proposed to be planned in such a way that the buses will be available on each route from early morning to late at night (i.e 6a.m to 11 p.m). Route details and the time table will be provided to the Contractor by the DMRC.

3.3 Special SchedulesSpecial Schedules for specific occasions such as Holi, Diwali, and Rakshabandhan etc. will be prepared from time to time with a view to meet additional

traffic demand and the Contractor needs to comply with the notified schedules.

3.4 Effective Operational Days

Page 135: NOTICE INVITING TENDER (NIT) - AWS

30

TT is prepared for weekdays, weekends and National Holidays. The total number of weekdays is 258, and the total number of weekends and Nationalholidays is 107 days. Weekends includes Saturdays (52 days)&Sundays (52 Days). National holidays includes – Independence Day, Republic Day andGandhi Jyanti.

Note:

DMRC will provide the detailed TT to the Contractor .

(1) Cluster Details as Set out in Appendix-30 of Employer’s Requirement.

Department of Transport, GNCTD may undertake Route rationalization study any time during Contract Period, based on the outcome of thestudy routes are subject to change.

Page 136: NOTICE INVITING TENDER (NIT) - AWS

31

TIME TABLES FOR WEST CLUSTER

Delhi Cantt MS To Delhi Cantt MS Via Sadar Bazar Delhi cantt.(Weekdays)

MC-709(5.5 Kms)

DutyNo.

Staffreporting

time

Outsheddingtime First Trip Sign off

Shift-1Starting

timeFromDelhi

Cantt MSduty no.

1

StartingtimeFromDelhi

Cantt MSduty no.

2

StartingtimeFromDelhi

Cantt MSduty no.

3

StartingtimeFromDelhi

Cantt MSduty no.

4

StartingtimeFromDelhi

Cantt MSduty no.

5Shift-1 06:001 04:57 05:17 06:00 13:27 06:25 06:302 05:27 05:47 06:30 13:57 06:50 06:55 07:003 05:57 06:17 07:00 14:27 07:15 07:20 07:25 07:304 06:27 06:47 07:30 14:57 07:40 07:45 07:50 07:555 07:47 08:07 08:50 16:17 08:05 08:10 08:15 08:20Shift-2 08:30 08:35 08:40 08:45 08:506 12:55 13:15 13:15 21:25 08:55 09:00 09:05 09:10 09:157 13:25 13:45 13:45 21:55 09:20 09:25 09:30 09:35 09:408 13:55 14:15 14:15 22:25 09:45 09:50 09:55 10:00 10:059 14:25 14:45 14:45 22:55 10:15 10:15 10:20 10:25 10:3010 16:10 16:30 16:30 0:40 10:40 10:45 10:45 10:50 10:5511:05 11:10 11:15 11:20 11:25

Dead Kms 14.4 43.2 11:30 11:35 11:40 11:50 11:55

Page 137: NOTICE INVITING TENDER (NIT) - AWS

32

11:58 12:03 12:08 12:13 12:1812:23 12:28 12:33 12:38 12:4312:53 12:58 13:03 13:13No of trips 156 13:15 13:25 13:30 13:35Km/ Bus 200.4 13:40 13:45 13:55 14:0014:05 14:10 14:15 14:2514:30 14:35 14:40 14:45 14:50

Kms per day 1002 14:55 15:00 15:05 15:10 15:15Kms Per Year 258516 15:20 15:25 15:30 15:35 15:4015:45 15:50 15:55 16:0016:10 16:15 16:20 16:25 16:3016:35 16:40 16:45 16:50 16:5517:00 17:05 17:10 17:15 17:2017:25 17:30 17:35 17:40 17:4517:55 17:55 18:00 18:05 18:1018:15 18:20 18:25 18:30 18:3518:40 18:45 18:50 18:55 19:0019:05 19:10 19:15 19:20 19:2519:30 19:35 19:40 19:45 19:5019:55 20:00 20:05 20:10 20:1520:25 20:30 20:35 20:4020:55 21:00 21:0521:25 21:3021:5522:20

Page 138: NOTICE INVITING TENDER (NIT) - AWS

33

22:4523:10Delhi Cantt MS To Delhi Cantt MS Via Sadar Bazar Delhi Cantt.(Weekend)

MC-709(5.5 Kms)

DutyNo.

Staffreporting

time

Outsheddingtime First Trip Sign off

Shift-1

StartingtimeFromDelhi

Cantt MSduty no. 1

StartingtimeFromDelhi

Cantt MSduty no. 2

StartingtimeFromDelhi

Cantt MSduty no.

3

StartingtimeFromDelhiCantt

MS dutyno. 4

Shift-1 06:001 04:57 05:17 06:00 13:27 06:25 06:312 05:28 05:48 06:31 13:58 06:50 06:563 06:24 06:44 07:27 14:54 07:15 07:21 07:274 07:45 08:05 08:48 16:15 07:40 07:46 07:52Shift-2 08:05 08:11 08:175 13:11 13:35 13:35 21:41 08:30 08:36 08:42 08:486 13:42 14:06 14:06 22:12 08:55 09:01 09:07 09:137 14:38 15:02 15:02 23:08 09:20 09:26 09:32 09:388 15:59 16:23 16:23 0:29 09:45 09:51 09:57 10:0310:10 10:16 10:22 10:28

Dead Kms 14.4 43.2 10:35 10:41 10:47 10:5311:05 11:06 11:12 11:18

Page 139: NOTICE INVITING TENDER (NIT) - AWS

34

11:30 11:36 11:37 11:4311:55 12:01 12:07 12:0812:20 12:26 12:32 12:3812:45 12:51 12:57 13:03Shift-2 13:16 13:22 13:28

No of trips 127 13:35 13:47 13:53Km/ Bus 203.425 14:00 14:06 14:12 14:1814:25 14:31 14:4314:50 14:56 15:02 15:08

Kms per day 813.7 15:15 15:21 15:27 15:33Kms Per Year 87065.9 15:40 15:46 15:5216:05 16:11 16:17 16:2316:30 16:36 16:42 16:4816:55 17:01 17:07 17:13

Service hours/ year 6462:48:0060:24:00 17:20 17:26 17:32 17:3817:45 17:51 17:57 18:0318:10 18:16 18:22 18:2818:35 18:41 18:47 18:53

19:00 19:06 19:12 19:1819:30 19:31 19:37 19:4319:55 20:01 20:02 20:0820:20 20:26 20:32 20:3320:51 20:57 21:0321:22 21:2821:47 22:00

Page 140: NOTICE INVITING TENDER (NIT) - AWS

35

22:3023:00Rajauri Garden MS To Rajauri Garden MS Via Rajauri Garden Mkt. (Weekdays)

MC-705(7Kms.)

DutyNo.

Staffreporting

time

Outsheddingtime

FirstTrip

Signoff

Shift-1

StartingtimeFrom

RajauriGardenMS duty

no. 1

StartingtimeFrom

RajauriGardenMS duty

no. 2

StartingtimeFrom

RajauriGardenMS duty

no. 3

Starting timeFrom Rajauri

Garden MSduty no. 4

StartingtimeFrom

RajauriGardenMS duty

no. 5

StartingtimeFrom

RajauriGardenMS duty

no. 6

Shift-1 06:001 05:13 05:33 06:00 13:43 06:31 06:362 05:49 06:09 06:36 14:19 07:02 07:07 07:12 07:173 06:25 06:45 07:12 14:55 07:33 07:38 07:43 07:48 07:534 06:30 06:50 07:17 15:00 08:04 08:09 08:14 08:19 08:24 08:295 07:06 07:26 07:53 15:36 08:35 08:40 08:45 08:50 08:55 09:006 07:42 08:02 08:29 16:12 09:06 09:11 09:16 09:21 09:26 09:31Shift-2 09:37 09:42 09:47 09:52 09:57 10:027 13:25 13:45 13:45 21:55 10:08 10:13 10:18 10:23 10:28 10:33

Page 141: NOTICE INVITING TENDER (NIT) - AWS

36

8 14:01 14:21 14:21 22:31 10:39 10:44 10:49 10:54 10:59 11:049 14:37 14:57 14:57 23:07 11:10 11:15 11:20 11:25 11:30 11:3510 14:42 15:02 15:02 23:12 11:41 11:46 11:51 11:56 12:01 12:0611 15:18 15:38 15:38 23:48 12:12 12:17 12:22 12:27 12:32 12:3712 15:54 16:14 16:14 0:24 12:43 12:48 12:53 12:58 13:03 13:0813:19 13:24 13:29 13:34 13:39Dead Kms 9.3 27.9 13:45 13:55 14:00 14:05 14:1014:16 14:21 14:36 14:4114:47 14:52 14:57 15:02 15:1215:18 15:23 15:28 15:33 15:3815:49 15:54 15:59 16:04 16:09 16:1416:20 16:25 16:30 16:35 16:40 16:4516:51 16:56 17:01 17:06 17:11 17:16

No of trips 156 17:22 17:27 17:32 17:37 17:42 17:47Km/ Bus 200.6 17:53 17:58 18:03 18:08 18:13 18:18

18:24 18:29 18:34 18:39 18:44 18:4918:55 19:00 19:05 19:10 19:15 19:20Kms per day 1203.6 19:26 19:31 19:36 19:41 19:46 19:51

Kms Per Year 310529 19:57 20:02 20:07 20:12 20:17 20:2220:28 20:33 20:38 20:43 20:48 20:5321:04 21:09 21:14 21:19 21:24Service hours/

year 22974:54:0089:03:00 21:40 21:45 21:50 21:5522:21 22:2623:00

Page 142: NOTICE INVITING TENDER (NIT) - AWS

37

Rajauri Garden MS To Rajauri Garden MS Via Rajauri Garden Mkt. (Weekends)

MC-705(7Kms.)

DutyNo.

Staffreporting

time

Outsheddingtime

FirstTrip

Signoff

Shift-1

StartingtimeFrom

RajauriGardenMS duty

no. 1

StartingtimeFrom

RajauriGardenMS duty

no. 2

StartingtimeFrom

RajauriGardenMS duty

no. 3

StartingtimeFrom

RajauriGardenMS duty

no. 4

StartingtimeFrom

RajauriGardenMS duty

no. 5

Shift-1 06:001 05:13 05:33 06:00 13:43 06:31 06:372 05:50 06:10 06:37 14:20 07:02 07:083 06:58 07:18 07:45 15:28 07:33 07:39 07:45 07:514 07:04 07:24 07:51 15:34 08:04 08:10 08:16 08:22 08:285 07:41 08:01 08:28 16:11 08:35 08:41 08:47 08:53 08:59Shift-2 09:06 09:12 09:18 09:24 09:306 13:25 13:45 13:45 21:55 09:37 09:43 09:49 09:55 10:017 14:02 14:22 14:22 22:32 10:08 10:14 10:20 10:26 10:328 15:10 15:30 15:30 23:40 10:39 10:45 10:51 10:57 11:039 15:16 15:36 15:36 23:46 11:10 11:16 11:22 11:28 11:3410 15:53 16:13 16:13 0:23 11:41 11:47 11:53 11:59 12:0512:12 12:18 12:24 12:30 12:36

Page 143: NOTICE INVITING TENDER (NIT) - AWS

38

12:43 12:49 12:55 13:01 13:0713:20 13:26 13:32 13:38Dead Kms 9.3 27.9 13:45 13:57 14:03 14:0914:16 14:22 14:28 14:34 14:4014:47 14:53 15:1115:18 15:24 15:30 15:3615:49 15:55 16:01 16:07 16:1316:20 16:26 16:32 16:38 16:4416:51 16:57 17:03 17:09 17:15

No of trips 130 17:22 17:28 17:34 17:40 17:46Km/ Bus 200.6 17:53 17:59 18:05 18:11 18:1718:24 18:30 18:36 18:42 18:4818:55 19:01 19:07 19:13 19:19

Kms per day 1003 19:26 19:32 19:38 19:44 19:50Kms Per Year 107321 19:57 20:03 20:09 20:15 20:2120:28 20:34 20:40 20:46 20:5221:05 21:11 21:17 21:23

Service hours/year 7942:58:00

74:14:00 21:42 21:48 21:5422:13 22:19 22:2523:00

Page 144: NOTICE INVITING TENDER (NIT) - AWS

39

Mayapuri MS To Mayapuri MS Via Rajauri Garden Market.(Weekdays)

MC-706(5.7

Kms.)

DutyNo.

Staffreporting

time

Outsheddingtime First Trip Sign

off

Shift-1Starting

timeFrom

MayapuriMS duty

no. 1

StartingtimeFrom

MayapuriMS duty

no. 2

StartingtimeFrom

MayapuriMS duty

no. 3

StartingtimeFrom

MayapuriMS duty

no. 4

StartingtimeFrom

MayapuriMS duty

no. 5Shift-1 06:001 05:07 05:27 06:00 13:37 06:262 06:04 06:24 06:57 14:34 06:52 06:573 06:35 06:55 07:28 15:05 07:18 07:23 07:284 07:06 07:26 07:59 15:36 07:44 07:49 07:54 07:595 08:03 08:23 08:56 16:33 08:10 08:15 08:20 08:25Shift-2 08:36 08:41 08:46 08:51 08:566 13:08 13:28 13:28 21:38 09:02 09:07 09:12 09:17 09:227 14:05 14:25 14:25 22:35 09:28 09:33 09:38 09:43 09:488 14:36 14:56 14:56 23:06 09:54 09:59 10:04 10:09 10:149 15:07 15:27 15:27 23:37 10:24 10:29 10:34 10:39 10:4410 16:04 16:24 16:24 0:34 10:50 10:59 11:04 11:09 11:1411:16 11:21 11:34 11:34 11:39

Dead Kms 11 33 11:42 11:47 11:52 12:04 12:0412:08 12:13 12:18 12:23 12:3412:36 12:41 12:46 12:51 12:56

Page 145: NOTICE INVITING TENDER (NIT) - AWS

40

00:05 00:10 00:15 00:20No of trips 150 13:28 13:33 13:38 13:43 13:48Km/ Bus 193 13:54 14:04 14:09 14:1414:20 14:25 14:35 14:4014:46 14:51 14:56 15:06

Kms per day 965 15:12 15:17 15:22 15:27 15:32Kms Per Year 248970 15:38 15:43 15:48 15:5316:04 16:09 16:14 16:19 16:2416:30 16:35 16:40 16:45 16:50

Service hours/year 15050:00:00

58:20:00 16:56 17:01 17:06 17:11 17:1617:22 17:27 17:32 17:37 17:4217:48 17:53 17:58 18:03 18:0818:14 18:19 18:24 18:29 18:3418:44 18:49 18:54 18:59 19:0419:10 19:19 19:24 19:29 19:3419:36 19:41 19:54 19:59 20:0220:06 20:11 20:16 20:29 20:3420:37 20:42 20:47 21:0421:03 21:08 21:13 21:1821:34 21:39 21:4422:05 22:1022:3623;00

Page 146: NOTICE INVITING TENDER (NIT) - AWS

41

Mayapuri MS To Mayapuri MS Via Rajauri Garden Market.(Weekends)

MC-706(5.7

Kms.)

DutyNo.

Staffreporting

time

Outsheddingtime First Trip Sign off

Shift-1

Startingtime FromMayapuriMS duty

no. 1

Startingtime FromMayapuriMS duty

no. 2

Startingtime FromMayapuriMS duty

no. 3

Startingtime FromMayapuriMS duty

no. 4

Shift-1 06:001 05:07 05:27 06:00 13:37 06:262 06:05 06:25 06:58 14:35 06:52 06:583 07:03 07:23 07:56 15:33 07:18 07:244 07:35 07:55 08:28 16:05 07:44 07:50 07:56Shift-2 08:10 08:16 08:22 08:286 13:14 13:34 13:34 21:44 08:36 08:42 08:48 08:547 14:12 14:32 14:32 22:42 09:02 09:08 09:14 09:208 15:10 15:30 15:30 23:40 09:28 09:34 09:40 09:469 15:42 16:02 16:02 0:12 09:54 10:00 10:06 10:1210:24 10:30 10:36 10:4210:50 11:00 11:06 11:1211:16 11:22 11:36 11:42

Dead Kms 11 33 11:42 11:48 11:54 12:1212:16 12:22 12:28 12:34

Page 147: NOTICE INVITING TENDER (NIT) - AWS

42

12:42 12:48 12:54 13:0013:14 13:20 13:26No of trips 120 13:34 13:40 13:46 13:52Km/ Bus 193 14:00 14:12 14:1814:26 14:32 14:38 14:4414:52 14:58 15:10

Kms per day 772 15:18 15:24 15:30Kms Per Year 82604 15:44 15:50 15:56 16:0216:10 16:16 16:22 16:28

Service hours/year 6298:44:00

58:52:00 16:36 16:42 16:48 16:5417:02 17:08 17:14 17:2017:28 17:34 17:40 17:4617:54 18:00 18:06 18:1218:20 18:26 18:32 18:3818:50 18:56 19:02 19:0819:16 19:26 19:32 19:3819:42 19:48 20:02 20:0820:08 20:14 20:20 20:3820:40 20:46 20:5221:06 21:12 21:1821:38 21:4422:04 22:2023:00

Page 148: NOTICE INVITING TENDER (NIT) - AWS

43

Delhi Cantt MS To Delhi Cantt MS Via Sadar Bazar. (Weekdays)

MC-708

(7.5KM)

Duty

No.

Staffreportin

g time

Outshedding time

FirstTrip

Signoff

Shift-1

Starting timeFromDelhiCantt

MSdutyno. 1

Starting timeFromDelhiCantt

MSdutyno. 2

Starting timeFromDelhiCantt

MSdutyno. 3

Starting timeFromDelhiCantt

MSdutyno. 4

Starting timeFromDelhiCantt

MSdutyno. 5

Starting timeFromDelhiCantt

MSdutyno. 6

Starting timeFromDelhiCantt

MSdutyno. 7

Shift-1 06:001 04:55 05:15 06:00 13:25 06:33 06:382 05:33 05:53 06:38 14:03 07:06 07:11 07:16 07:213 06:11 06:31 07:16 14:41 07:39 07:44 07:49 07:54 07:594 06:16 06:36 07:21 14:46 08:12 08:17 08:22 08:27 08:32 08:37 08:425 06:54 07:14 07:59 15:24 08:45 08:50 08:55 09:00 09:05 09:10 09:156 07:32 07:52 08:37 16:02 09:18 09:23 09:28 09:33 09:38 09:43 09:487 07:37 07:57 08:42 16:07 09:51 09:56 10:01 10:06 10:11 10:16 10:21Shift-2 10:24 10:29 10:34 10:39 10:44 10:49 10:548 12:49 13:09 13:09 21:19 10:57 11:02 11:07 11:12 11:17 11:22 11:279 13:27 13:47 13:47 21:57 11:30 11:35 11:40 11:45 11:50 11:55 12:0010 14:05 14:25 14:25 22:35 12:03 12:08 12:13 12:18 12:23 12:28 12:3311 15:04 15:24 15:24 23:34 12:41 12:46 12:51 12:56 13:01 13:0612 15:09 15:29 15:29 23:39 13:09 13:19 13:24 13:29 13:34 13:39

Page 149: NOTICE INVITING TENDER (NIT) - AWS

44

13 15:14 15:34 15:34 23:44 13:42 13:47 14:02 14:07 14:1214 16:04 16:24 16:24 0:34 14:15 14:20 14:25 14:30 14:40 14:4514:48 14:53 14:58 15:03 15:08 15:18Dead Kms 14.4 43.2 15:21 15:26 15:31 15:36 15:41 15:4615:54 15:59 16:04 16:09 16:14 16:19 16:2416:27 16:32 16:37 16:42 16:47 16:52 16:5717:00 17:05 17:10 17:15 17:20 17:25 17:30

17:33 17:38 17:43 17:48 17:53 17:58 18:03No of trips 162 18:06 18:11 18:16 18:21 18:26 18:31 18:36Km/ Bus 202.37 18:39 18:44 18:49 18:54 18:59 19:04 19:0919:12 19:17 19:22 19:27 19:32 19:37 19:4219:43 19:50 19:55 20:00 20:05 20:10 20:15

Kms per day 1416.6 20:21 20:28 20:33 20:38 20:43 20:48Kms Per Year 365482.8 21:00 21:06 21:11 21:16 21:2021:38 21:43 21:48 21:53

Servicehours/ year 26685:48:00

103:26:00 22:2523:00

Page 150: NOTICE INVITING TENDER (NIT) - AWS

45

Delhi Cantt MS To Delhi Cantt MS Via Sadar Bazar. (Weekends)

MC-708(7.5KM)

DutyNo.

Staffreporting

time

Outsheddingtime

FirstTrip

Signoff

Shift-1

StartingtimeFromDelhiCantt

MS dutyno. 1

StartingtimeFromDelhiCantt

MS dutyno. 2

StartingtimeFromDelhiCantt

MS dutyno. 3

StartingtimeFromDelhiCantt

MS dutyno. 4

StartingtimeFromDelhiCantt

MS dutyno. 5

StartingtimeFromDelhiCantt

MS dutyno. 6

Shift-1 06:001 04:55 05:15 06:00 13:25 06:33 06:392 05:34 05:54 06:39 14:04 07:06 07:12 07:18 07:243 06:13 06:33 07:18 14:43 07:39 07:45 07:51 07:57 08:034 06:19 06:39 07:24 14:49 08:12 08:18 08:24 08:30 08:365 06:58 07:18 08:03 15:28 08:45 08:51 08:57 09:03 09:09 09:156 08:10 08:30 09:15 16:40 09:18 09:24 09:30 09:36 09:42 09:48Shift-2 09:51 09:57 10:03 10:09 10:15 10:218 13:12 13:42 13:42 21:42 10:24 10:30 10:36 10:42 10:48 10:549 13:51 14:21 14:21 22:21 10:57 11:03 11:09 11:15 11:21 11:2710 14:30 15:00 15:00 23:00 11:30 11:36 11:42 11:48 11:54 12:0011 14:36 15:06 15:06 23:06 12:03 12:09 12:15 12:21 12:27 12:3312 15:15 15:45 15:45 23:45 12:36 12:42 12:48 12:54 13:00 13:0613 16:27 16:57 16:57 0:57 13:15 13:21 13:27 13:33 13:3913:42 13:54 14:00 14:06 14:1214:15 14:21 14:39 14:45

Page 151: NOTICE INVITING TENDER (NIT) - AWS

46

14:48 14:54 15:00 15:06 15:18Dead Kms 14.4 43.2 15:21 15:27 15:33 15:39 15:45 15:5115:54 16:00 16:06 16:12 16:1816:27 16:33 16:39 16:45 16:51 16:5717:00 17:06 17:12 17:18 17:24 17:30

17:33 17:39 17:45 17:51 17:57 18:03No of trips 138 18:06 18:12 18:18 18:24 18:30 18:36Km/ Bus 201.30 18:39 18:45 18:51 18:57 19:03 19:0919:12 19:18 19:24 19:30 19:36 19:4219:45 19:51 19:57 20:03 20:09 20:15

Kms per day 1207.8 20:24 20:30 20:36 20:42 20:48Kms Per Year 129235 21:03 21:09 21:15 21:2121:48 21:54

Service hours/year 9448:06:00

88:18:00 22:2723:00

Page 152: NOTICE INVITING TENDER (NIT) - AWS

47

MC-303 Subhash Nagar MS to Janakpuri East MS (6.8kms)

Shubhas Nagar MSMorning

Janakpuri East MS 1A Shubhas Nagar MSEvening

Janakpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

05:55 06:00 06:28 06:30 14:07 14:12 14:38 14:4206:58 07:00 07:28 07:30 15:08 15:12 15:38 15:4207:58 08:00 08:28 08:30 16:08 16:12 16:38 16:4208:58 09:00 09:28 09:30 17:08 17:12 17:38 17:4209:58 10:30 10:58 11:00 18:08 18:42 19:08 19:1211:28 11:30 11:58 12:00 19:38 19:42 20:08 20:1212:28 12:30 12:58 13:00 20:38 20:42 21:08 21:1213:28 21:38

Shubhas Nagar MS Morning Janakpuri East MS 3A Shubhas Nagar MS Evening Janakpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:07 06:12 06:40 06:42 14:19 14:24 14:50 14:5407:10 07:12 07:40 07:42 15:20 15:24 15:50 15:5408:10 08:12 08:40 08:42 16:20 16:24 16:50 16:5409:10 09:12 09:40 09:42 17:20 17:24 17:50 17:5410:10 10:42 11:10 11:12 18:20 18:54 19:20 19:2411:40 11:42 12:10 12:12 19:50 19:54 20:20 20:2412:40 12:42 13:10 13:12 20:50 20:54 21:20 21:2413:40 21:50

Page 153: NOTICE INVITING TENDER (NIT) - AWS

48

Shubhas Nagar MS Morning Janakpuri East MS 5A Shubhas Nagar MS Evening Janakpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:19 06:24 06:52 06:54 14:31 14:36 15:02 15:0607:22 07:24 07:52 07:54 15:32 15:36 16:02 16:0608:22 08:24 08:52 08:54 16:32 16:36 17:02 17:0609:22 09:24 09:52 09:54 17:32 17:36 18:02 18:0610:22 10:54 11:22 11:24 18:32 19:06 19:32 19:3611:52 11:54 12:22 12:24 20:02 20:06 20:32 20:3612:52 12:54 13:22 13:24 21:02 21:06 21:32 21:3613:52 22:02

Shubhas Nagar MS Morning Janakpuri East MS 6A Shubhas Nagar MS Evening Janakpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:31 06:36 07:04 07:06 14:43 14:48 15:14 15:1807:34 07:36 08:04 08:06 15:44 15:48 16:14 16:1808:34 08:36 09:04 09:06 16:44 16:48 17:14 17:1809:34 09:36 10:04 10:06 17:44 17:48 18:14 18:1810:34 11:06 11:34 11:36 18:44 19:18 19:44 19:4812:04 12:06 12:34 12:36 20:14 20:18 20:44 20:4813:04 13:06 13:34 13:36 21:14 21:18 21:44 21:4814:04 22:14

Shubhas Nagar MS Morning Janakpuri East MS 7A Shubhas Nagar MS Evening Janakpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:43 06:48 07:16 07:18 15:01 15:06 15:32 15:36

Page 154: NOTICE INVITING TENDER (NIT) - AWS

49

07:46 07:48 08:16 08:18 16:02 16:06 16:32 16:3608:46 08:48 09:16 09:18 17:02 17:06 17:32 17:3609:46 09:48 10:16 10:18 18:02 18:06 18:32 18:3610:46 11:18 11:46 11:48 19:02 19:36 20:02 20:0612:16 12:18 12:46 12:48 20:32 20:36 21:02 21:0613:16 13:18 13:46 13:48 21:32 21:36 22:02 22:0614:16 22:32

Shubhas Nagar MS Morning Janakpuri East MS 8A Shubhas Nagar MS Evening Janakpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

07:01 07:06 07:34 07:36 15:25 15:30 15:56 16:0008:04 08:06 08:34 08:36 16:26 16:30 16:56 17:0009:04 09:06 09:34 09:36 17:26 17:30 17:56 18:0010:04 10:06 10:34 10:36 18:26 18:30 18:56 19:0011:04 11:36 12:04 12:06 19:26 20:00 20:26 20:3012:34 12:36 13:04 13:06 20:56 21:00 21:26 21:3013:34 13:36 14:04 14:06 21:56 22:00 22:26 22:3014:34 22:56

Shubhas Nagar MS Morning Janakpuri East MS 9A Shubhas Nagar MS Evening Janakpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

07:13 07:18 07:46 07:48 15:37 15:42 16:08 16:1208:16 08:18 08:46 08:48 16:38 16:42 17:08 17:1209:16 09:18 09:46 09:48 17:38 17:42 18:08 18:1210:16 10:18 10:46 10:48 18:38 19:12 19:38 19:4211:16 11:48 12:16 12:18 20:08 20:12 20:38 20:4212:46 12:48 13:16 13:18 21:08 21:12 21:38 21:42

Page 155: NOTICE INVITING TENDER (NIT) - AWS

50

13:46 13:48 14:16 14:18 22:08 22:12 22:38 22:4214:46 23:08

Shubhas Nagar MS Morning Janakpuri East MS 10A Shubhas Nagar MS Evening Janakpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

07:25 07:30 07:58 08:00 15:49 15:54 16:20 16:2408:28 08:30 08:58 09:00 16:50 16:54 17:20 17:2409:28 09:30 09:58 10:00 17:50 17:54 18:20 18:2410:28 11:00 11:28 11:30 18:50 19:24 19:50 19:5411:58 12:00 12:28 12:30 20:20 20:24 20:50 20:5412:58 13:00 13:28 13:30 21:20 21:24 21:50 21:5413:58 14:00 14:28 14:30 22:20 22:24 22:50 23:0014:58 23:20

MC-304 Janakpuri East MS to DabriMor MS (6 kms)

Janakpuri East MSMorning

DabriMor MS 1A Janakpuri East MSEvening

DabriMor MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

05:55 06:00 06:26 06:30 14:07 14:12 14:38 14:4206:56 07:00 07:26 07:30 15:08 15:12 15:38 15:4207:56 08:00 08:26 08:30 16:08 16:12 16:38 16:4208:56 09:00 09:26 09:30 17:08 17:12 17:38 17:4209:56 10:30 10:56 11:00 18:08 18:42 19:08 19:1211:26 11:30 11:56 12:00 19:38 19:42 20:08 20:12

Page 156: NOTICE INVITING TENDER (NIT) - AWS

51

12:26 12:30 12:56 13:00 20:38 20:42 21:08 21:1213:26 21:38

Janakpuri East MS Morning DabriMor MS 3A Janakpuri East MS Evening DabriMor MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:07 06:12 06:38 06:42 14:19 14:24 14:50 14:5407:08 07:12 07:38 07:42 15:20 15:24 15:50 15:5408:08 08:12 08:38 08:42 16:20 16:24 16:50 16:5409:08 09:12 09:38 09:42 17:20 17:24 17:50 17:5410:08 10:42 11:08 11:12 18:20 18:54 19:20 19:2411:38 11:42 12:08 12:12 19:50 19:54 20:20 20:2412:38 12:42 13:08 13:12 20:50 20:54 21:20 21:2413:38 21:50

Janakpuri East MS Morning DabriMor MS 5A Janakpuri East MS Evening DabriMor MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:19 06:24 06:50 06:54 14:31 14:36 15:02 15:0607:20 07:24 07:50 07:54 15:32 15:36 16:02 16:0608:20 08:24 08:50 08:54 16:32 16:36 17:02 17:0609:20 09:24 09:50 09:54 17:32 17:36 18:02 18:0610:20 10:54 11:20 11:24 18:32 19:06 19:32 19:3611:50 11:54 12:20 12:24 20:02 20:06 20:32 20:3612:50 12:54 13:20 13:24 21:02 21:06 21:32 21:3613:50 22:02

Janakpuri East MS Morning DabriMor MS 6A Janakpuri East MS Evening DabriMor MS

Page 157: NOTICE INVITING TENDER (NIT) - AWS

52

Arri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.06:31 06:36 07:02 07:06 14:43 14:48 15:14 15:1807:32 07:36 08:02 08:06 15:44 15:48 16:14 16:1808:32 08:36 09:02 09:06 16:44 16:48 17:14 17:1809:32 09:36 10:02 10:06 17:44 17:48 18:14 18:1810:32 11:06 11:32 11:36 18:44 19:18 19:44 19:4812:02 12:06 12:32 12:36 20:14 20:18 20:44 20:4813:02 13:06 13:32 13:36 21:14 21:18 21:44 21:4814:04 22:14

Janakpuri East MSEvening

DabriMor MSJanakpuri East MS Morning DabriMor MS 7A Arri. Dept. Arri. Dept.Arri. Dept. Arri. Dept. 15:01 15:06 15:32 15:36

06:43 06:48 07:14 07:18 16:02 16:06 16:32 16:3607:44 07:48 08:14 08:18 17:02 17:06 17:32 17:3608:44 08:48 09:14 09:18 18:02 18:06 18:32 18:3609:44 09:48 10:14 10:18 19:02 19:36 20:02 20:0610:44 11:18 11:44 11:48 20:32 20:36 21:02 21:0612:14 12:18 12:44 12:48 21:32 21:36 22:02 22:0613:14 13:18 13:44 13:48 22:3214:14

Janakpuri East MSEvening

DabriMor MSJanakpuri East MS Morning DabriMor MS 8A Arri. Dept. Arri. Dept.Arri. Dept. Arri. Dept. 15:25 15:30 15:56 16:00

07:01 07:06 07:32 07:36 16:26 16:30 16:56 17:0008:02 08:06 08:32 08:36 17:26 17:30 17:56 18:0009:02 09:06 09:32 09:36 18:26 18:30 18:56 19:00

Page 158: NOTICE INVITING TENDER (NIT) - AWS

53

10:02 10:06 10:32 10:36 19:26 20:00 20:26 20:3011:02 11:36 12:02 12:06 20:56 21:00 21:26 21:3012:32 12:36 13:02 13:06 21:56 22:00 22:26 22:3013:32 13:36 14:02 14:06 22:56

14:32Janakpuri East MS

EveningDabriMor MS

Janakpuri East MS Morning DabriMor MS 9A Arri. Dept. Arri. Dept.Arri. Dept. Arri. Dept. 15:37 15:42 16:08 16:12

07:13 07:18 07:44 07:48 16:38 16:42 17:08 17:1208:14 08:18 08:44 08:48 17:38 17:42 18:08 18:1209:14 09:18 09:44 09:48 18:38 19:12 19:38 19:4210:14 10:18 10:44 10:48 20:08 20:12 20:38 20:4211:14 11:48 12:14 12:18 21:08 21:12 21:38 21:4212:44 12:48 13:14 13:18 22:08 22:12 22:38 22:4213:44 13:48 14:14 14:18 23:08

14:44Janakpuri East MS

EveningDabriMor MS

Janakpuri East MS Morning DabriMor MS 10A Arri. Dept. Arri. Dept.Arri. Dept. Arri. Dept. 15:49 15:54 16:20 16:24

07:25 07:30 07:56 08:00 16:50 16:54 17:20 17:2408:26 08:30 08:56 09:00 17:50 17:54 18:20 18:2409:26 09:30 09:56 10:00 18:50 19:24 19:50 19:5410:26 11:00 11:26 11:30 20:20 20:24 20:50 20:5411:56 12:00 12:26 12:30 21:20 21:24 21:50 21:5412:56 13:00 13:26 13:30 22:20 22:24 22:50 23:0013:56 14:00 14:26 14:30 23:2014:56

Page 159: NOTICE INVITING TENDER (NIT) - AWS

54

MC-707 NarainaVihar MS to Todapur MS (5 kms)

NarainaVihar MSMorning

Todapur 1A NarainaVihar MSEvening

TodapurArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

05:55 06:00 06:20 06:25 14:00 14:05 14:25 14:3006:45 06:50 07:10 07:15 14:50 14:55 15:15 15:2007:35 07:40 08:00 08:05 15:40 15:45 16:05 16:1008:25 08:30 08:50 08:55 16:30 16:35 16:55 17:0009:15 09:50 10:10 10:15 17:20 17:55 18:15 18:2010:35 10:40 11:00 11:05 18:40 18:45 19:05 19:1011:25 11:30 11:50 11:55 19:30 19:35 19:55 20:0012:15 12:20 12:40 12:45 20:20 20:25 20:45 20:5013:05 21:10

NarainaVihar MS Morning Todapur 3A NarainaVihar MS Evening TodapurArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:05 06:10 06:30 06:35 14:10 14:15 14:35 14:4006:55 07:00 07:20 07:25 15:00 15:05 15:25 15:3007:45 07:50 08:10 08:15 15:50 15:55 16:15 16:2008:35 08:40 09:00 09:05 16:40 16:45 17:05 17:1009:25 10:00 10:20 10:25 17:30 18:05 18:25 18:3010:45 10:50 11:10 11:15 18:50 18:55 19:15 19:20

Page 160: NOTICE INVITING TENDER (NIT) - AWS

55

11:35 11:40 12:00 12:05 19:40 19:45 20:05 20:1012:25 12:30 12:50 12:55 20:30 20:35 20:55 21:0013:15 21:20

NarainaVihar MS Morning Todapur 5A NarainaVihar MS Evening TodapurArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:15 06:20 06:40 06:45 14:20 14:25 14:45 14:5007:05 07:10 07:30 07:35 15:10 15:15 15:35 15:4007:55 08:00 08:20 08:25 16:00 16:05 16:25 16:3008:45 08:50 09:10 09:15 16:50 16:55 17:15 17:2009:35 10:10 10:30 10:35 17:40 18:15 18:35 18:4010:55 11:00 11:20 11:25 19:00 19:05 19:25 19:3011:45 11:50 12:10 12:15 19:50 19:55 20:15 20:2012:35 12:40 13:00 13:05 20:40 20:45 21:05 21:1013:25 21:30

NarainaVihar MS Morning Todapur 6A NarainaVihar MS Evening TodapurArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:25 06:30 06:50 06:55 14:30 14:35 14:55 15:0007:15 07:20 07:40 07:45 15:20 15:25 15:45 15:5008:05 08:10 08:30 08:35 16:10 16:15 16:35 16:4008:55 09:00 09:20 09:25 17:00 17:05 17:25 17:3009:45 10:20 10:40 10:45 17:50 18:25 18:45 18:5011:05 11:10 11:30 11:35 19:10 19:15 19:35 19:4011:55 12:00 12:20 12:25 20:00 20:05 20:25 20:3012:45 12:50 13:10 13:15 20:50 20:55 21:15 21:2013:35 21:40

Page 161: NOTICE INVITING TENDER (NIT) - AWS

56

NarainaVihar MSEvening

TodapurNarainaVihar MS Morning Todapur 7A Arri. Dept. Arri. Dept.

Arri. Dept. Arri. Dept. 14:40 14:45 15:05 15:1006:35 06:40 07:00 07:05 15:30 15:35 15:55 16:0007:25 07:30 07:50 07:55 16:20 16:25 16:45 16:5008:15 08:20 08:40 08:45 17:10 17:15 17:35 17:4009:05 09:10 09:30 09:35 18:00 18:35 18:55 19:0009:55 10:30 10:50 10:55 19:20 19:25 19:45 19:5011:15 11:20 11:40 11:45 20:10 20:15 20:35 20:4012:05 12:10 12:30 12:35 21:00 21:05 21:25 21:3012:55 13:00 13:20 13:25 21:5013:45

NarainaVihar MSEvening

TodapurNarainaVihar MS Morning Todapur 8A Arri. Dept. Arri. Dept.

Arri. Dept. Arri. Dept. 15:45 15:50 16:10 16:1506:50 06:55 07:15 07:20 16:35 16:40 17:00 17:0507:40 07:45 08:05 08:10 17:25 17:30 17:50 17:5508:30 08:35 08:55 09:00 18:15 18:20 18:40 18:4509:20 09:25 09:45 09:50 19:05 19:40 20:00 20:0510:10 10:45 11:05 11:10 20:25 20:30 20:50 20:5511:30 11:35 11:55 12:00 21:15 21:20 21:40 21:4512:20 12:25 12:45 12:50 22:05 22:10 22:30 22:3513:10 13:15 13:35 13:40 22:5514:00

NarainaVihar MSEvening

TodapurNarainaVihar MS Morning Todapur 9A Arri. Dept. Arri. Dept.

Page 162: NOTICE INVITING TENDER (NIT) - AWS

57

Arri. Dept. Arri. Dept. 15:55 16:00 16:20 16:2507:00 07:05 07:25 07:30 16:45 16:50 17:10 17:1507:50 07:55 08:15 08:20 17:35 17:40 18:00 18:0508:40 08:45 09:05 09:10 18:25 18:30 18:50 18:5509:30 09:35 09:55 10:00 19:15 19:50 20:10 20:1510:20 10:55 11:15 11:20 20:35 20:40 21:00 21:0511:40 11:45 12:05 12:10 21:25 21:30 21:50 21:5512:30 12:35 12:55 13:00 22:15 22:20 22:40 22:4513:20 13:25 13:45 13:50 23:0514:10

NarainaVihar MSEvening

TodapurNarainaVihar MS Morning Todapur 10A Arri. Dept. Arri. Dept.

Arri. Dept. Arri. Dept. 16:05 16:10 16:30 16:3507:10 07:15 07:35 07:40 16:55 17:00 17:20 17:2508:00 08:05 08:25 08:30 17:45 17:50 18:10 18:1508:50 08:55 09:15 09:20 18:35 18:40 19:00 19:0509:40 09:45 10:05 10:10 19:25 20:00 20:20 20:2510:30 11:05 11:25 11:30 20:45 20:50 21:10 21:1511:50 11:55 12:15 12:20 21:35 21:40 22:00 22:0512:40 12:45 13:05 13:10 22:25 22:30 22:50 22:5513:30 13:35 13:55 14:00 23:1515:20

Page 163: NOTICE INVITING TENDER (NIT) - AWS

58

MC-303 Subhash Nagar MS to Janakpuri East MS (6.8Kms)Weekday ( To & Fro )

1 Subhash Nagar MSMorning

Jankpuri East MS 1A Subhash Nagar MSEvening

Jankpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

05:55 06:00 06:28 06:30 14:07 14:12 14:38 14:4206:58 07:00 07:28 07:30 15:08 15:12 15:38 15:4207:58 08:00 08:28 08:30 16:08 16:12 16:38 16:4208:58 09:00 09:28 09:30 17:08 17:12 17:38 17:4209:58 10:30 10:58 11:00 18:08 18:42 19:08 19:1211:28 11:30 11:58 12:00 19:40 19:42 20:08 20:1212:28 12:30 12:58 13:00 20:40 20:42 21:08 21:1213:28 21:40

2 Subhash Nagar MSMorning

Jankpuri East MS 2A Subhash Nagar MSEvening

Jankpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:07 06:12 06:40 06:42 14:19 14:24 14:50 14:5407:10 07:12 07:40 07:42 15:20 15:24 15:50 15:5408:10 08:12 08:40 08:42 16:20 16:24 16:50 16:5409:10 09:12 09:40 09:42 17:20 17:24 17:50 17:5410:10 10:42 11:10 11:12 18:20 18:54 19:20 19:2411:40 11:42 12:10 12:12 19:52 19:54 20:20 20:2412:40 12:42 13:10 13:12 20:52 20:54 21:20 21:2413:40 21:52

Page 164: NOTICE INVITING TENDER (NIT) - AWS

59

3 Subhash Nagar MSMorning

Jankpuri East MS 3A Subhash Nagar MSEvening

Jankpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:19 06:24 06:52 06:54 14:31 14:36 15:02 15:0607:22 07:24 07:52 07:54 15:32 15:36 16:02 16:0608:22 08:24 08:52 08:54 16:32 16:36 17:02 17:0609:22 09:24 09:52 09:54 17:32 17:36 18:02 18:0610:22 10:54 11:22 11:24 18:32 19:06 19:32 19:3611:52 11:54 12:22 12:24 20:02 20:06 20:32 20:3612:52 12:54 13:22 13:24 21:02 21:06 21:32 21:3613:52 22:02

4 Subhash Nagar MSMorning

Jankpuri East MS 4A Subhash Nagar MSEvening

Jankpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:31 06:36 07:04 07:06 14:43 14:48 15:14 15:1807:34 07:36 08:04 08:06 15:44 15:48 16:14 16:1808:34 08:36 09:04 09:06 16:44 16:48 17:14 17:1809:34 09:36 10:04 10:06 17:44 17:48 18:14 18:1810:34 11:06 11:34 11:36 18:44 19:18 19:44 19:4812:04 12:06 12:34 12:36 20:14 20:18 20:44 20:4813:04 13:06 13:34 13:36 21:14 21:18 21:44 21:48

5 Subhash Nagar MSMorning

Jankpuri East MS 5A Subhash Nagar MSEvening

Jankpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

Page 165: NOTICE INVITING TENDER (NIT) - AWS

60

06:37 06:42 07:10 07:12 14:55 15:00 15:26 15:3007:40 07:42 08:10 08:12 15:56 16:00 16:26 16:3008:40 08:42 09:10 09:12 16:56 17:00 17:26 17:3009:40 09:42 10:10 10:12 17:56 18:00 18:26 18:3010:40 11:12 11:40 11:42 18:56 19:30 19:56 20:0012:10 12:12 12:40 12:42 20:26 20:30 20:56 21:0013:10 13:12 13:40 13:42 21:26 21:30 21:56 22:00

6 Subhash Nagar MSMorning

Jankpuri East MS 6A Subhash Nagar MSEvening

Jankpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:43 06:48 07:16 07:18 15:01 15:06 15:32 15:3607:46 07:48 08:16 08:18 16:02 16:06 16:32 16:3608:46 08:48 09:16 09:18 17:02 17:06 17:32 17:3609:46 09:48 10:16 10:18 18:02 18:06 18:32 18:3610:46 11:18 11:46 11:48 19:02 19:36 20:02 20:0612:16 12:18 12:46 12:48 20:32 20:36 21:02 21:0613:16 13:18 13:46 13:48 21:32 21:36 22:02 22:06

7 Subhash Nagar MSMorning

Jankpuri East MS 7A Subhash Nagar MSEvening

Jankpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

06:49 06:54 07:22 07:24 15:13 15:18 15:44 15:4807:52 07:54 08:22 08:24 16:14 16:18 16:44 16:4808:52 08:54 09:22 09:24 17:14 17:18 17:44 17:48

Page 166: NOTICE INVITING TENDER (NIT) - AWS

61

09:52 09:54 10:22 10:24 18:14 18:18 18:44 18:4810:52 11:24 11:52 11:54 19:14 19:48 20:14 20:1812:22 12:24 12:52 12:54 20:44 20:48 21:14 21:1813:22 13:24 13:52 13:54 21:44 21:48 22:14 22:18

8 Subhash Nagar MSMorning

Jankpuri East MS 8A Subhash Nagar MSEvening

Jankpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

07:01 07:06 07:34 07:36 15:25 15:30 15:56 16:0008:04 08:06 08:34 08:36 16:26 16:30 16:56 17:0009:04 09:06 09:34 09:36 17:26 17:30 17:56 18:0010:04 10:06 10:34 10:36 18:26 18:30 18:56 19:0011:04 11:36 12:04 12:06 19:26 20:00 20:26 20:3012:34 12:36 13:04 13:06 20:56 21:00 21:26 21:3013:34 13:36 14:04 14:06 21:56 22:00 22:26 22:30

9 Subhash Nagar MSMorning

Jankpuri East MS 9A Subhash Nagar MSEvening

Jankpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

07:13 07:18 07:46 07:48 15:37 15:42 16:08 16:1208:16 08:18 08:46 08:48 16:38 16:42 17:08 17:1209:16 09:18 09:46 09:48 17:38 17:42 18:08 18:1210:16 10:18 10:46 10:48 18:38 19:12 19:38 19:4211:16 11:48 12:16 12:18 20:08 20:12 20:38 20:4212:46 12:48 13:16 13:18 21:08 21:12 21:38 21:4213:46 13:48 14:16 14:18 22:08 22:12 22:38 22:42

Page 167: NOTICE INVITING TENDER (NIT) - AWS

62

10 Subhash Nagar MSMorning

Jankpuri East MS 10A Subhash Nagar MSEvening

Jankpuri East MSArri. Dept. Arri. Dept. Arri. Dept. Arri. Dept.

07:25 07:30 07:58 08:00 15:49 15:54 16:20 16:2408:28 08:30 08:58 09:00 16:50 16:54 17:20 17:2409:28 09:30 09:58 10:00 17:50 17:54 18:20 18:2410:28 11:00 11:28 11:30 18:50 19:24 19:50 19:5411:58 12:00 12:28 12:30 20:20 20:24 20:50 20:5412:58 13:00 13:28 13:30 21:20 21:24 21:50 21:5413:58 14:00 14:28 14:30 22:20 22:24 22:50 23:00

MC-304 Janakpuri East MS to DabriMor MSWeekday ( To & Fro )

1 Janakpuri East MSMorning

DabriMor MS 1A Janakpuri East MSEvening

DabriMor MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.05:55 06:00 06:26 06:30 14:07 14:12 14:38 14:4206:56 07:00 07:26 07:30 15:08 15:12 15:38 15:4207:56 08:00 08:26 08:30 16:08 16:12 16:38 16:4208:56 09:00 09:26 09:30 17:08 17:12 17:38 17:4209:56 10:30 10:56 11:00 18:08 18:42 19:08 19:1211:26 11:30 11:56 12:00 19:38 19:42 20:08 20:1212:26 12:30 12:56 13:00 20:38 20:42 21:08 21:1213:26 21:38

Page 168: NOTICE INVITING TENDER (NIT) - AWS

63

2 Janakpuri East MSMorning

DabriMor MS 2A Janakpuri East MSEvening

DabriMor MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:07 06:12 06:38 06:42 14:19 14:24 14:50 14:5407:08 07:12 07:38 07:42 15:20 15:24 15:50 15:5408:08 08:12 08:38 08:42 16:20 16:24 16:50 16:5409:08 09:12 09:38 09:42 17:20 17:24 17:50 17:5410:08 10:42 11:08 11:12 18:20 18:54 19:20 19:2411:38 11:42 12:08 12:12 19:50 19:54 20:20 20:2412:38 12:42 13:08 13:12 20:50 20:54 21:20 21:2413:38 21:50

3 Janakpuri East MSMorning

DabriMor MS 3A Janakpuri East MSEvening

DabriMor MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:19 06:24 06:50 06:54 14:31 14:36 15:02 15:0607:20 07:24 07:50 07:54 15:32 15:36 16:02 16:0608:20 08:24 08:50 08:54 16:32 16:36 17:02 17:0609:20 09:24 09:50 09:54 17:32 17:36 18:02 18:0610:20 10:54 11:20 11:24 18:32 19:06 19:32 19:3611:50 11:54 12:20 12:24 20:02 20:06 20:32 20:3612:50 12:54 13:20 13:24 21:02 21:06 21:32 21:3613:50 22:02

4 Janakpuri East MSMorning

DabriMor MS 4A Janakpuri East MSEvening

DabriMor MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:31 06:36 07:02 07:06 14:43 14:48 15:14 15:1807:32 07:36 08:02 08:06 15:44 15:48 16:14 16:18

Page 169: NOTICE INVITING TENDER (NIT) - AWS

64

08:32 08:36 09:02 09:06 16:44 16:48 17:14 17:1809:32 09:36 10:02 10:06 17:44 17:48 18:14 18:1810:32 11:06 11:32 11:36 18:44 19:18 19:44 19:4812:02 12:06 12:32 12:36 20:14 20:18 20:44 20:4813:02 13:06 13:32 13:36 21:14 21:18 21:44 21:4814:02 22:14

5 Janakpuri East MSMorning

DabriMor MS 5A Janakpuri East MSEvening

DabriMor MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:37 06:42 07:08 07:12 14:55 15:00 15:26 15:3007:38 07:42 08:08 08:12 15:56 16:00 16:26 16:3008:38 08:42 09:08 09:12 16:56 17:00 17:26 17:3009:38 09:42 10:08 10:12 17:56 18:00 18:26 18:3010:38 11:12 11:38 11:42 18:56 19:30 19:56 20:0012:08 12:12 12:38 12:42 20:26 20:30 20:56 21:0013:08 13:12 13:38 13:42 21:26 21:30 21:56 22:0014:08 22:26

6 Janakpuri East MSMorning

DabriMor MS 6A Janakpuri East MSEvening

DabriMor MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:43 06:48 07:14 07:18 15:01 15:06 15:32 15:3607:44 07:48 08:14 08:18 16:02 16:06 16:32 16:3608:44 08:48 09:14 09:18 17:02 17:06 17:32 17:3609:44 09:48 10:14 10:18 18:02 18:06 18:32 18:3610:44 11:18 11:44 11:48 19:02 19:36 20:02 20:06

Page 170: NOTICE INVITING TENDER (NIT) - AWS

65

12:14 12:18 12:44 12:48 20:32 20:36 21:02 21:0613:14 13:18 13:44 13:48 21:32 21:36 22:02 22:0614:14 22:32

7 Janakpuri East MSMorning

DabriMor MS 7A Janakpuri East MSEvening

DabriMor MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:49 06:54 07:20 07:24 15:13 15:18 15:44 15:4807:50 07:54 08:20 08:24 16:14 16:18 16:44 16:4808:50 08:54 09:20 09:24 17:14 17:18 17:44 17:4809:50 09:54 10:20 10:24 18:14 18:18 18:44 18:4810:50 11:24 11:50 11:54 19:14 19:48 20:14 20:1812:20 12:24 12:50 12:54 20:44 20:48 21:14 21:1813:20 13:24 13:50 13:54 21:44 21:48 22:14 22:1814:20 22:44

8 Janakpuri East MSMorning

DabriMor MS 8A Janakpuri East MSEvening

DabriMor MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.07:01 07:06 07:32 07:36 15:25 15:30 15:56 16:0008:02 08:06 08:32 08:36 16:26 16:30 16:56 17:0009:02 09:06 09:32 09:36 17:26 17:30 17:56 18:0010:02 10:06 10:32 10:36 18:26 18:30 18:56 19:0011:02 11:36 12:02 12:06 19:26 20:00 20:26 20:3012:32 12:36 13:02 13:06 20:56 21:00 21:26 21:3013:32 13:36 14:02 14:06 21:56 22:00 22:26 22:3014:32 22:56

Page 171: NOTICE INVITING TENDER (NIT) - AWS

66

9 Janakpuri East MSMorning

DabriMor MS 9A Janakpuri East MSEvening

DabriMor MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.07:13 07:18 07:44 07:48 15:37 15:42 16:08 16:1208:14 08:18 08:44 08:48 16:38 16:42 17:08 17:1209:14 09:18 09:44 09:48 17:38 17:42 18:08 18:1210:14 10:18 10:44 10:48 18:38 19:12 19:38 19:4211:14 11:48 12:14 12:18 20:08 20:12 20:38 20:4212:44 12:48 13:14 13:18 21:08 21:12 21:38 21:4213:44 13:48 14:14 14:18 22:08 22:12 22:38 22:4214:44 23:08

10 Janakpuri East MSMorning

DabriMor MS 10A Janakpuri East MSEvening

DabriMor MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.07:25 07:30 07:56 08:00 15:49 15:54 16:20 16:2408:26 08:30 08:56 09:00 16:50 16:54 17:20 17:2409:26 09:30 09:56 10:00 17:50 17:54 18:20 18:2410:26 11:00 11:26 11:30 18:50 19:24 19:50 19:5411:56 12:00 12:26 12:30 20:20 20:24 20:50 20:5412:56 13:00 13:26 13:30 21:20 21:24 21:50 21:5413:56 14:00 14:26 14:30 22:20 22:24 22:50 23:0014:56 23:20

MC-707 Narainavihar MS to TodapurWeekday ( To & Fro )

1 NarainaVihar MS Morning Todapur MS 1A NarainaVihar MS Evening NarainaVihar MS

Page 172: NOTICE INVITING TENDER (NIT) - AWS

67

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.05:55 06:00 06:20 06:25 14:00 14:05 14:25 14:3006:45 06:50 07:10 07:15 14:50 14:55 15:15 15:2007:35 07:40 08:00 08:05 15:40 15:45 16:05 16:1008:25 08:30 08:50 08:55 16:30 16:35 16:55 17:0009:15 09:50 10:10 10:15 17:20 17:55 18:15 18:2010:35 10:40 11:00 11:05 18:40 18:45 19:05 19:1011:25 11:30 11:50 11:55 19:30 19:35 19:55 20:0012:15 12:20 12:40 12:45 20:20 20:25 20:45 20:5013:05 21:20

2 NarainaVihar MSMorning

Todapur MS 2A NarainaVihar MSEvening

NarainaVihar MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:05 06:10 06:30 06:35 14:10 14:15 14:35 14:4006:55 07:00 07:20 07:25 15:00 15:05 15:25 15:3007:45 07:50 08:10 08:15 15:50 15:55 16:15 16:2008:35 08:40 09:00 09:05 16:40 16:45 17:05 17:1009:25 10:00 10:20 10:25 17:30 18:05 18:25 18:3010:45 10:50 11:10 11:15 18:50 18:55 19:15 19:2011:35 11:40 12:00 12:05 19:40 19:45 20:05 20:1012:25 12:30 12:50 12:55 20:30 20:35 20:55 21:0013:15 21:20

3 NarainaVihar MSMorning

Todapur MS 3A NarainaVihar MSEvening

NarainaVihar MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.

Page 173: NOTICE INVITING TENDER (NIT) - AWS

68

06:15 06:20 06:40 06:45 14:20 14:25 14:45 14:5007:05 07:10 07:30 07:35 15:10 15:15 15:35 15:4007:55 08:00 08:20 08:25 16:00 16:05 16:25 16:3008:45 08:50 09:10 09:15 16:50 16:55 17:15 17:2009:35 10:10 10:30 10:35 17:40 18:15 18:35 18:4010:55 11:00 11:20 11:25 19:00 19:05 19:25 19:3011:45 11:50 12:10 12:15 19:50 19:55 20:15 20:2012:35 12:40 13:00 13:05 20:40 20:45 21:05 21:1013:00 21:00

4 NarainaVihar MSMorning

Todapur MS 4A NarainaVihar MSEvening

NarainaVihar MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:25 06:30 06:50 06:55 14:30 14:35 14:55 15:0007:15 07:20 07:40 07:45 15:20 15:25 15:45 15:5008:05 08:10 08:30 08:35 16:10 16:15 16:35 16:4008:55 09:00 09:20 09:25 17:00 17:05 17:25 17:3009:45 10:20 10:40 10:45 17:50 18:25 18:45 18:5011:05 11:10 11:30 11:35 19:10 19:15 19:35 19:4011:55 12:00 12:20 12:25 20:00 20:05 20:25 20:3012:45 12:50 13:10 13:15 20:50 20:55 21:15 21:20

21:40

5 NarainaVihar MSMorning

Todapur MS 5A NarainaVihar MSEvening

NarainaVihar MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:30 06:35 06:55 07:00 14:35 14:40 15:00 15:05

Page 174: NOTICE INVITING TENDER (NIT) - AWS

69

07:20 07:25 07:45 07:50 15:25 15:30 15:50 15:5508:10 08:15 08:35 08:40 16:15 16:20 16:40 16:4509:00 09:05 09:25 09:30 17:05 17:10 17:30 17:3509:50 10:25 10:45 10:50 17:55 18:00 18:20 18:2511:10 11:15 11:35 11:40 18:45 19:20 19:40 19:4512:00 12:05 12:25 12:30 20:05 20:10 20:30 20:3512:50 12:55 13:15 13:20 20:55 21:00 21:20 21:25

21:30

6 NarainaVihar MSMorning

Todapur MS 6A NarainaVihar MSEvening

NarainaVihar MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:35 06:40 07:00 07:05 14:40 14:45 15:05 15:1007:25 07:30 07:50 07:55 15:30 15:35 15:55 16:0008:15 08:20 08:40 08:45 16:20 16:25 16:45 16:5009:05 09:10 09:30 09:35 17:10 17:15 17:35 17:4009:55 10:30 10:50 10:55 18:00 18:35 18:55 19:0011:15 11:20 11:40 11:45 19:20 19:25 19:45 19:5012:05 12:10 12:30 12:35 20:10 20:15 20:35 20:4012:55 13:00 13:20 13:25 21:00 21:05 21:25 21:3013:45 21:50

7 NarainaVihar MSMorning

Todapur MS 7A NarainaVihar MSEvening

NarainaVihar MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:40 06:45 07:05 07:10 15:35 15:40 16:00 16:0507:30 07:35 07:55 08:00 16:25 16:30 16:50 16:55

Page 175: NOTICE INVITING TENDER (NIT) - AWS

70

08:20 08:25 08:45 08:50 17:15 17:20 17:40 17:4509:10 09:15 09:35 09:40 18:05 18:10 18:30 18:3510:00 10:35 10:55 11:00 18:55 19:30 19:50 19:5511:20 11:25 11:45 11:50 20:15 20:20 20:40 20:4512:10 12:15 12:35 12:40 21:05 21:10 21:30 21:3513:00 13:05 13:25 13:30 21:55 22:00 22:20 22:2513:50 22:45

8 NarainaVihar MSMorning

Todapur MS 8A NarainaVihar MSEvening

NarainaVihar MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.06:50 06:55 07:15 07:20 15:45 15:50 16:10 16:1507:40 07:45 08:05 08:10 16:35 16:40 17:00 17:0508:30 08:35 08:55 09:00 17:25 17:30 17:50 17:5509:20 09:25 09:45 09:50 18:15 18:20 18:40 18:4510:10 10:45 11:05 11:10 19:05 19:40 20:00 20:0511:30 11:35 11:55 12:00 20:25 20:30 20:50 20:5512:20 12:25 12:45 12:50 21:15 21:20 21:40 21:4513:10 13:15 13:35 13:40 22:05 22:10 22:30 22:3514:00 22:55

9 NarainaVihar MSMorning

Todapur MS 9A NarainaVihar MSEvening

NarainaVihar MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.07:00 07:05 07:25 07:30 15:55 16:00 16:20 16:2507:50 07:55 08:15 08:20 16:45 16:50 17:10 17:1508:40 08:45 09:05 09:10 17:35 17:40 18:00 18:05

Page 176: NOTICE INVITING TENDER (NIT) - AWS

71

09:30 09:35 09:55 10:00 18:25 18:30 18:50 18:5510:20 10:55 11:15 11:20 19:15 19:50 20:10 20:1511:40 11:45 12:05 12:10 20:35 20:40 21:00 21:0512:30 12:35 12:55 13:00 21:25 21:30 21:50 21:5513:20 13:25 13:45 13:50 22:15 22:20 22:40 22:4514:10 23:05

10 NarainaVihar MSMorning

Todapur MS 10A NarainaVihar MSEvening

NarainaVihar MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.07:10 07:15 07:35 07:40 16:05 16:10 16:30 16:3508:00 08:05 08:25 08:30 16:55 17:00 17:20 17:2508:50 08:55 09:15 09:20 17:45 17:50 18:10 18:1509:40 09:45 10:05 10:10 18:35 18:40 19:00 19:0510:30 11:05 11:25 11:30 19:25 20:00 20:20 20:2511:50 11:55 12:15 12:20 20:45 20:50 21:10 21:1512:40 12:45 13:05 13:10 21:35 21:40 22:00 22:0513:30 13:35 13:55 14:00 22:25 22:30 22:50 22:5514:20 23:15

Time Table for Punjabi Bagh West MS to Punjabi Bagh West MS Via Punjabi Bagh East MS. (Weekday)

MC- Duty Staff Outshedding First Sign off SHIFT 1 SHIFT 2

Page 177: NOTICE INVITING TENDER (NIT) - AWS

72

701A2.19kms

No. reportingtime

time TripStarting timeFrom Punjabibagh west for

duty no. 1

Starting timeFrom Punjabibagh west for

duty no.2

Starting timeFrom Punjabibagh west for

duty no. 3

Startingtime From

Punjabibagh west

for dutyno.41 05:30 05:50 06:00 14:00 06:00 13:402 07:25 07:45 07:55 15:55 06:10 13:503 13:40 14:00 14:00 22:10 06:20 14:004 15:35 15:55 15:55 00:05 06:30 14:1006:40 14:2006:50 14:3007:00 14:4007:10 14:5007:20 15:0007:30 15:1007:40 15:2007:50 07:55 15:30 15:3508:00 08:05 15:40 15:4508:10 08:15 15:50 15:55

No of trips 168 08:20 08:25 16:00 16:0508:30 08:35 16:10 16:1508:40 08:45 16:20 16:25Km per Bus 188.96 08:50 08:55 16:30 16:3509:00 09:05 16:40 16:4509:10 09:15 16:50 16:55Kms per day 377.92 09:20 09:25 17:00 17:05

Page 178: NOTICE INVITING TENDER (NIT) - AWS

73

Kms Per Year 97503.4 09:30 09:35 17:10 17:1509:40 09:45 17:20 17:2509:50 09:55 17:30 17:3510:00 10:05 17:40 17:4510:10 10:15 17:50 17:5510:20 10:25 18:00 18:0510:30 10:35 18:10 18:1510:40 10:45 18:20 18:2510:50 10:55 18:30 18:3511:00 11:05 18:40 18:4511:10 11:15 18:50 18:5511:20 11:25 19:00 19:0511:30 11:35 19:10 19:1511:40 11:45 19:20 19:2511:50 11:55 19:30 19:3512:00 12:05 19:40 19:4512:10 12:15 19:50 19:5512:20 12:25 20:00 20:0512:30 12:35 20:10 20:1512:40 12:45 20:20 20:2512:50 12:55 20:30 20:3513:00 13:05 20:40 20:4513:10 13:15 20:50 20:5513:20 13:25 21:00 21:0513:30 13:35 21:10 21:1513:45 21:25

Page 179: NOTICE INVITING TENDER (NIT) - AWS

74

13:55 21:3514:05 21:4514:15 21:5514:25 22:0514:35 22:1514:45 22:2514:55 22:3515:05 22:4515:15 22:5515:25 23:05

Time Table for Punjabi Bagh West MS to Punjabi Bagh West MS Via Punjabi Bagh East MS. (Weekend)

MC-701A2.19 kms

DutyNo.

Staffreporting

time

Outsheddingtime

FirstTrip Sign off

SHIFT 1 SHIFT 2

Starting timeFrom Punjabibagh west for

duty no. 1

Starting timeFrom Punjabibagh west for

duty no.2

Starting timeFrom Punjabibagh west for

duty no. 3

Startingtime From

Punjabibagh west

for dutyno.41 05:30 05:50 06:00 14:00 06:00 13:402 07:25 07:45 07:55 15:55 06:10 13:503 13:40 14:00 14:00 22:10 06:20 14:004 15:35 15:55 15:55 00:05 06:30 14:10

Page 180: NOTICE INVITING TENDER (NIT) - AWS

75

06:40 14:2006:50 14:3007:00 14:4007:10 14:5007:20 15:0007:30 07:35 15:1007:40 07:45 15:2007:50 07:55 15:30 15:3508:00 08:05 15:40 15:4508:10 08:15 15:50 15:55No of trips 168 08:20 08:25 16:00 16:0508:30 08:35 16:10 16:1508:40 08:45 16:20 16:25Km/ Bus 188.96 08:50 08:55 16:30 16:3509:00 09:05 16:40 16:4509:10 09:15 16:50 16:55

Kms per day 377.92 09:20 09:25 17:00 17:05Kms Per Year 40437.4 09:30 09:35 17:10 17:1509:40 09:45 17:20 17:2509:50 09:55 17:30 17:3510:00 10:05 17:40 17:4510:10 10:15 17:50 17:5510:20 10:25 18:00 18:0510:30 10:35 18:10 18:1510:40 10:45 18:20 18:2510:50 10:55 18:30 18:35

Page 181: NOTICE INVITING TENDER (NIT) - AWS

76

11:00 11:05 18:40 18:4511:10 11:15 18:50 18:5511:20 11:25 19:00 19:0511:30 11:35 19:10 19:1511:40 11:45 19:20 19:2511:50 11:55 19:30 19:3512:00 12:05 19:40 19:4512:10 12:15 19:50 19:5512:20 12:25 20:00 20:0512:30 12:35 20:10 20:1512:40 12:45 20:20 20:2512:50 12:55 20:30 20:3513:00 13:05 20:40 20:4513:10 13:15 20:50 20:5513:20 13:25 21:00 21:0513:30 13:35 21:10 21:1513:45 21:20 21:2513:55 21:30 21:3514:05 21:40 21:4514:15 21:50 21:5514:25 22:0514:35 22:1514:45 22:2514:55 22:3515:05 22:4515:15 22:55

Page 182: NOTICE INVITING TENDER (NIT) - AWS

77

15:25 23:05Time Table for Punjabi Bagh West MS to Punjabi Bagh West MS Via Shivaji Park MS. (Weekday)

MC-702A3.04kms

DutyNo. SIGN ON

Outsheddingtime/

Insheddingtime

Firsttrip

SIGNOFF

Shift-1 Shift-2Starting

timeFrom

Punjabibagh

west forduty no.

1

StartingtimeFrom

Punjabibagh

west fordutyno.2

StartingtimeFrom

Punjabibagh

west fordutyno.3

StartingtimeFrom

Punjabibagh

west fordutyno.4

StartingtimeFrom

Punjabibagh

west fordutyno.5

StartingtimeFrom

Punjabibagh

west fordutyno.61 05:30 05:50 06:00 14:00 06:00 13:402 06:31 06:51 07:01 15:01 06:14 14:003 07:32 07:52 08:02 16:02 06:28 14:144 13:40 14:00 14:00 22:10 06:42 14:285 14:41 15:01 15:01 23:11 06:56 07:01 14:42 14:436 15:42 16:02 16:02 00:12 07:10 07:15 14:56 15:0107:24 07:29 15:10 15:1507:38 07:43 15:24 15:2907:52 07:57 08:02 15:38 15:43 15:48

No of trips 183 08:06 08:11 08:16 15:52 15:57 16:04Km/ Bus 190.44 08:20 08:25 08:30 16:06 16:11 16:18

Page 183: NOTICE INVITING TENDER (NIT) - AWS

78

08:34 08:39 08:44 16:20 16:25 16:3208:48 08:53 08:58 16:34 16:39 16:46Kms per day 571.32 09:02 09:07 09:12 16:48 16:53 17:00

Kms Per Year 147400.56 09:16 09:21 09:26 17:02 17:07 17:1409:30 09:35 09:40 17:16 17:21 17:2809:44 09:49 09:54 17:30 17:35 17:4209:58 10:03 10:08 17:44 17:49 17:5610:12 10:17 10:22 17:58 18:03 18:1010:26 10:31 10:36 18:12 18:17 18:2410:40 10:45 10:50 18:26 18:31 18:3810:56 10:59 11:04 18:40 18:45 18:5211:10 11:13 11:18 19:10 18:59 19:0611:24 11:29 11:32 19:24 19:09 19:2011:38 11:43 11:46 19:38 19:23 19:3411:52 11:57 12:02 19:52 19:39 19:4812:06 12:11 12:16 20:06 19:53 19:4512:20 12:25 12:30 20:20 20:07 19:5912:34 12:39 12:44 20:34 20:21 20:1512:48 12:53 12:58 20:48 20:35 20:2913:02 13:07 13:12 21:02 20:49 20:4313:16 13:21 13:26 21:16 21:03 20:5713:30 13:35 13:40 21:30 21:17 21:1113:49 13:54 21:31 21:2514:03 14:08 21:45 21:3914:17 14:22 21:59 21:5314:31 14:36 22:13 22:07

Page 184: NOTICE INVITING TENDER (NIT) - AWS

79

14:50 22:25 22:2115:04 22:3515:28 22:4923:03

Time Table for Punjabi Bagh West MS to Punjabi Bagh West MS Via Shivaji Park MS. (Weekend)

MC-702A3.04kms

DutyNo. SIGN ON

Outsheddingtime/

Inshedding time

FirstTrip

SIGNOFF

Shift-1 Shift-2

Startingtime From

Punjabibagh west

for dutyno. 1

Startingtime From

Punjabibagh west

for dutyno.2

Startingtime From

Punjabibagh west

for dutyno.3

Startingtime From

Punjabibagh west

for dutyno.4

1 05:30 05:50 06:00 14:00 06:00 13:402 07:13 07:33 07:43 15:43 06:14 14:003 13:40 14:00 14:00 22:10 06:28 14:104 15:23 15:43 15:43 23:53 06:42 14:2406:56 14:3807:10 14:52No of trips 124 07:24 15:06

Page 185: NOTICE INVITING TENDER (NIT) - AWS

80

Km/ Bus 193.48 07:38 07:43 15:20 15:2307:52 07:57 15:34 15:4308:06 08:11 15:48 15:53Kms per day 386.96 08:20 08:25 16:02 16:07

Kms Per Year 41404.72 08:34 08:39 16:16 16:2108:48 08:53 16:30 16:3509:02 09:07 16:44 16:4909:16 09:21 16:58 17:0309:30 09:35 17:12 17:1709:44 09:49 17:26 17:3109:58 10:03 17:40 17:4510:12 10:17 17:54 17:5910:26 10:31 18:08 18:1310:40 10:45 18:22 18:2710:56 10:59 18:36 18:4111:08 11:13 18:50 18:5511:22 11:27 19:06 19:0911:36 11:43 19:18 19:2311:50 11:55 19:32 19:3712:04 12:09 19:46 19:5312:18 12:23 20:00 20:0512:32 12:37 20:14 20:1912:46 12:51 20:28 20:3313:00 13:05 20:42 20:4713:14 13:19 20:56 21:0113:28 13:33 21:10 21:15

Page 186: NOTICE INVITING TENDER (NIT) - AWS

81

13:47 21:24 21:2914:01 21:4314:15 21:5714:29 22:1114:43 22:2514:57 22:3915:11 22:5323:07

DhaulaKuan MS To DhaulaKuan MS Via Delhi Cantt (Weekdays)

MC-710(8.5Kms

.)

Duty

No.

Staffreporting time

Outshedding time

First

Trip

Signoff

Shift-1

StartingtimeFrom

DhaulaKuan MS

duty no. 1

StartingtimeFrom

DhaulaKuan MS

duty no. 2

StartingtimeFrom

DhaulaKuan MS

duty no. 3

StartingtimeFrom

DhaulaKuan MS

duty no. 4

StartingtimeFrom

DhaulaKuan MS

duty no. 5

StartingtimeFrom

DhaulaKuan MS

duty no. 6

StartingtimeFrom

DhaulaKuan MS

duty no. 7

Shift-1 6:001 5:10 5:30 6:00 13:40 6:37 6:42 6:47

Page 187: NOTICE INVITING TENDER (NIT) - AWS

82

2 5:52 6:12 6:42 14:22 7:14 7:19 7:24 7:29 7:343 5:57 6:17 6:47 14:27 7:51 7:56 8:01 8:06 8:11 8:164 6:39 6:59 7:29 15:09 8:28 8:33 8:38 8:43 8:48 8:53 8:585 6:44 7:04 7:34 15:14 9:05 9:10 9:15 9:20 9:25 9:30 9:356 7:26 7:46 8:16 15:56 9:42 9:47 9:52 9:57 10:02 10:07 10:127 8:08 8:28 8:58 16:38 10:19 10:24 10:29 10:34 10:39 10:44 10:49Shift-2 10:56 11:01 11:06 11:11 11:16 11:21 11:268 13:04 13:24 13:24 21:34 11:33 11:38 11:43 11:48 11:53 11:58 12:039 13:46 14:06 14:06 22:16 12:10 12:15 12:20 12:25 12:30 12:35 12:4010 13:51 14:11 14:11 22:21 12:52 12:57 13:02 13:07 13:12 13:1711 14:33 14:53 14:53 23:03 13:24 13:39 13:44 13:49 13:5412 14:38 14:58 14:58 23:08 14:01 14:06 14:11 14:26 14:3113 15:20 15:40 15:40 23:50 14:38 14:43 14:48 14:53 14:58 15:0814 16:02 16:22 16:22 0:32 15:15 15:20 15:25 15:30 15:35 15:4015:52 15:57 16:02 16:07 16:12 16:17 16:2216:29 16:34 16:39 16:44 16:49 16:54 16:5917:06 17:11 17:16 17:21 17:26 17:31 17:3617:43 17:48 17:53 17:58 18:03 18:08 18:13

18:17 18:22 18:27 18:32 18:37 18:42 18:4718:54 18:56 19:01 19:06 19:11 19:16 19:2119:31 19:36 19:35 19:40 19:45 19:50 19:55

Page 188: NOTICE INVITING TENDER (NIT) - AWS

83

20:07 20:13 20:18 20:14 20:19 20:24 20:2920:50 20:55 21:00 21:05 21:10 21:0321:37 21:42 21:47 21:5222:24 22:2923:06

DhaulaKuan MS To DhaulaKuan MS Via Delhi Cantt. (Weekends)

MC-710(8.5 Kms.)

DutyNo.

Staffreporting

time

Outshedding time

FirstTrip Sign off

Shift-1

StartingtimeFrom

DhaulaKuan

MS dutyno. 1

StartingtimeFrom

DhaulaKuan

MS dutyno. 2

StartingtimeFrom

DhaulaKuan

MS dutyno. 3

StartingtimeFrom

DhaulaKuan

MS dutyno. 4

StartingtimeFrom

DhaulaKuan

MS dutyno. 5

StartingtimeFrom

DhaulaKuan

MS dutyno. 6

Shift-1 6:001 5:10 5:30 6:00 13:40 6:37 6:43

Page 189: NOTICE INVITING TENDER (NIT) - AWS

84

2 5:53 6:13 6:43 14:23 7:14 7:20 7:263 6:36 6:56 7:26 15:06 7:51 7:57 8:03 8:09 8:154 7:19 7:39 8:09 15:49 8:28 8:34 8:40 8:46 8:52 8:585 7:25 7:45 8:15 15:55 9:05 9:11 9:17 9:23 9:29 9:356 8:08 8:28 8:58 16:38 9:39 9:45 9:51 9:57 10:03 10:09Shift-2 10:16 10:19 10:25 10:31 10:37 10:437 13:01 13:21 13:21 21:31 10:53 10:59 10:59 11:05 11:11 11:178 13:44 14:04 14:04 22:14 11:30 11:36 11:42 11:39 11:45 11:519 14:27 14:47 14:47 22:57 12:07 12:13 12:19 12:25 12:31 12:3710 15:10 15:30 15:30 23:40 12:50 12:56 13:02 13:08 13:1411 15:16 15:36 15:36 23:46 13:21 13:33 13:39 13:45 13:5112 15:59 16:19 16:19 0:29 13:58 14:04 14:16 14:22 14:2814:35 14:41 14:47 15:0515:12 15:18 15:24 15:30 15:3615:49 15:55 16:01 16:07 16:13 16:1916:26 16:32 16:38 16:44 16:50 16:5617:03 17:09 17:15 17:21 17:27 17:3317:40 17:46 17:52 17:58 18:04 18:10

18:14 18:20 18:26 18:32 18:38 18:4418:51 18:54 19:00 19:06 19:12 19:1819:28 19:34 19:34 19:40 19:46 19:5220:04 20:11 20:17 20:14 20:20 20:2620:47 20:54 21:00 21:06 21:1221:30 21:37 21:43 21:4922:13 22:19 22:26

Page 190: NOTICE INVITING TENDER (NIT) - AWS

85

23:02

Satya Niketan MS To Satya Niketan MS ViaDhaulaKuan MS.(Weekdays)

MC-711(7.4Kms

)

Duty

No.

Staffreportin

g time

Outshedding time

FirstTrip

Signoff

Shift-1

Starting timeFromSatya

NiketanMS

dutyno. 1

Starting timeFromSatya

NiketanMS

dutyno. 2

Starting timeFromSatya

NiketanMS

dutyno. 3

Starting timeFromSatya

NiketanMS

dutyno. 4

Starting timeFromSatya

NiketanMS

dutyno. 5

Starting timeFromSatya

NiketanMS

dutyno. 6

Starting timeFromSatya

NiketanMS

dutyno. 7

Shift-1 6:001 5:10 5:30 6:00 13:40 6:33 6:382 5:48 6:08 6:38 14:18 7:06 7:11 7:16 7:213 6:26 6:46 7:16 14:56 7:39 7:44 7:49 7:54 7:594 6:31 6:51 7:21 15:01 8:12 8:17 8:22 8:27 8:32 8:37 8:425 7:09 7:29 7:59 15:39 8:45 8:50 8:55 9:00 9:05 9:10 9:156 7:47 8:07 8:37 16:17 9:18 9:23 9:28 9:33 9:38 9:43 9:48

Page 191: NOTICE INVITING TENDER (NIT) - AWS

86

7 7:52 8:12 8:42 16:22 9:51 9:56 10:01 10:06 10:11 10:16 10:21Shift-2 10:24 10:29 10:34 10:39 10:44 10:49 10:548 13:22 13:42 13:42 21:52 10:57 11:02 11:07 11:12 11:17 11:22 11:279 14:00 14:20 14:20 22:30 11:30 11:35 11:40 11:45 11:50 11:55 12:0010 14:38 14:58 14:58 23:08 12:03 12:08 12:13 12:18 12:23 12:28 12:3311 14:43 15:03 15:03 23:13 12:36 12:41 12:46 12:51 12:56 13:01 13:0612 15:21 15:41 15:41 23:51 13:14 13:19 13:24 13:29 13:34 13:3913 15:59 16:19 16:19 0:29 13:42 13:52 13:57 14:02 14:07 14:1214 16:04 16:24 16:24 0:34 14:15 14:20 14:35 14:40 14:4514:48 14:53 14:58 15:03 15:13 15:18

Dead Kms 11.2 33.6 15:21 15:26 15:31 15:36 15:4122.4 15:54 15:59 16:04 16:09 16:14 16:19 16:2416:27 16:32 16:37 16:42 16:47 16:52 16:5717:00 17:05 17:10 17:15 17:20 17:25 17:30

17:33 17:38 17:43 17:48 17:53 17:58 18:03No of trips 168 18:06 18:11 18:16 18:21 18:26 18:31 18:36Km/ Bus 200.00 18:39 18:44 18:49 18:54 18:59 19:04 19:0919:12 19:17 19:22 19:27 19:32 19:37 19:4219:45 19:50 19:55 20:00 20:05 20:10 20:15

Kms per day 1400 20:18 20:23 20:28 20:33 20:38 20:43 20:48

Page 192: NOTICE INVITING TENDER (NIT) - AWS

87

Kms Per Year 361200 20:56 21:01 21:06 21:11 21:16 21:2121:34 21:39 21:44 21:49 21:5422:17 22:22 22:2722:55 23:00

Satya Niketan MS To Satya Niketan MS ViaDhaulaKuan MS.(Weekends)

MC-711(7.4 KM)

DutyNo.

Staffreporting

time

Outshedding time

FirstTrip Sign off

Shift-1

StartingtimeFromSatya

NiketanMS duty

no. 1

StartingtimeFromSatya

NiketanMS duty

no. 2

StartingtimeFromSatya

NiketanMS duty

no. 3

StartingtimeFromSatya

NiketanMS duty

no. 4

StartingtimeFromSatya

NiketanMS duty

no. 5

StartingtimeFromSatya

NiketanMS duty

no. 6

Shift-1 6:001 5:10 5:30 6:00 13:40 6:33 6:392 5:49 6:09 6:39 14:19 7:06 7:12 7:18 7:243 6:28 6:48 7:18 14:58 7:39 7:45 7:51 7:57 8:034 6:34 6:54 7:24 15:04 8:12 8:18 8:24 8:30 8:36 8:425 7:08 7:28 8:03 15:38 8:45 8:51 8:57 9:03 9:09 9:15

Page 193: NOTICE INVITING TENDER (NIT) - AWS

88

6 7:47 8:07 8:42 16:17 9:18 9:24 9:30 9:36 9:42 9:48Shift-2 9:51 9:57 10:03 10:09 10:15 10:218 13:22 13:42 13:42 21:52 10:24 10:30 10:36 10:42 10:48 10:549 14:01 14:21 14:21 22:31 10:57 11:03 11:09 11:15 11:21 11:2710 14:40 15:00 15:00 23:10 11:30 11:36 11:42 11:48 11:54 12:0011 14:46 15:06 15:06 23:16 12:03 12:09 12:15 12:21 12:27 12:3312 15:25 15:45 15:45 23:55 12:36 12:42 12:48 12:54 13:00 13:0613 16:04 16:24 16:24 0:34 13:15 13:21 13:27 13:33 13:3913:42 13:54 14:00 14:06 14:1214:15 14:21 14:39 14:4514:48 14:54 15:00 15:06 15:1815:21 15:27 15:33 15:39 15:4515:54 16:00 16:06 16:12 16:18 16:2416:27 16:33 16:39 16:45 16:51 16:5717:00 17:06 17:12 17:18 17:24 17:30

17:33 17:39 17:45 17:51 17:57 18:0318:06 18:12 18:18 18:24 18:30 18:3618:39 18:45 18:51 18:57 19:03 19:0919:12 19:18 19:24 19:30 19:36 19:4219:44 19:51 19:57 20:03 20:09 20:1520:16 20:24 20:30 20:36 20:42 20:4820:55 21:03 21:09 21:15 21:2121:34 21:40 21:48 21:5422:20 22:2723:00

Page 194: NOTICE INVITING TENDER (NIT) - AWS

89

MC-AEL-1 IGI Airport T-1 to Delhi Aerocity MS via NH-8 Mahipalpur (Route: 6.6 Kms)

Weekday ( To & Fro )1 IGI Airport T-1

MorningDelhi Aerocity MS 1A IGI Airport T-1

EveningDelhi Aerocity MS

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.5:55 6:00 6:28 6:30 14:07 14:12 14:38 14:426:58 7:00 7:28 7:30 15:08 15:12 15:38 15:427:58 8:00 8:28 8:30 16:08 16:12 16:38 16:428:58 9:00 9:28 9:30 17:08 17:12 17:38 17:429:58 10:30 10:58 11:00 18:08 18:42 19:08 19:12

11:28 11:30 11:58 12:00 19:38 19:42 20:08 20:1212:28 12:30 12:58 13:00 20:38 20:42 21:08 21:1213:28 21:38

2 IGI Airport T-1Morning

Delhi Aerocity MS 2A IGI Airport T-1Evening

Delhi Aerocity MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:07 6:12 6:40 6:42 14:19 14:24 14:50 14:547:10 7:12 7:40 7:42 15:20 15:24 15:50 15:548:10 8:12 8:40 8:42 16:20 16:24 16:50 16:549:10 9:12 9:40 9:42 17:20 17:24 17:50 17:54

10:10 10:42 11:10 11:12 18:20 18:54 19:20 19:2411:40 11:42 12:10 12:12 19:50 19:54 20:20 20:2412:40 12:42 13:10 13:12 20:50 20:54 21:20 21:24

Page 195: NOTICE INVITING TENDER (NIT) - AWS

90

13:00 21:50

3 IGI Airport T-1Morning

Delhi Aerocity MS 3A IGI Airport T-1Evening

Delhi Aerocity MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.

3 6:19 6:24 6:52 6:54 14:31 14:36 15:02 15:067:22 7:24 7:52 7:54 15:32 15:36 16:02 16:068:22 8:24 8:52 8:54 16:32 16:36 17:02 17:069:22 9:24 9:52 9:54 17:32 17:36 18:02 18:06

10:22 10:54 11:22 11:24 18:32 19:06 19:32 19:3611:52 11:54 12:22 12:24 20:02 20:06 20:32 20:3612:52 12:54 13:22 13:24 21:02 21:06 21:32 21:3613:52 22:02

4 IGI Airport T-1Morning

Delhi Aerocity MS 4A IGI Airport T-1Evening

Delhi Aerocity MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.

4 6:31 6:36 7:04 7:06 14:43 14:48 15:14 15:187:34 7:36 8:04 8:06 15:44 15:48 16:14 16:188:34 8:36 9:04 9:06 16:44 16:48 17:14 17:189:34 9:36 10:04 10:06 17:44 17:48 18:14 18:18

10:34 11:06 11:34 11:36 18:44 19:18 19:44 19:4812:04 12:06 12:34 12:36 20:14 20:18 20:44 20:4813:04 13:06 13:34 13:36 21:14 21:18 21:44 21:4814:04 22:14

5 IGI Airport T-1 Morning Delhi Aerocity MS 5A IGI Airport T-1 Evening Delhi Aerocity MS

Page 196: NOTICE INVITING TENDER (NIT) - AWS

91

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.5 6:37 6:42 7:10 7:12 14:55 15:00 15:26 15:30

7:40 7:42 8:10 8:12 15:56 16:00 16:26 16:308:40 8:42 9:10 9:12 16:56 17:00 17:26 17:309:40 9:42 10:10 10:12 17:56 18:00 18:26 18:30

10:40 11:12 11:40 11:42 18:56 19:30 19:56 20:0012:10 12:12 12:40 12:42 20:26 20:30 20:56 21:0013:10 13:12 13:40 13:42 21:26 21:30 21:56 22:0014:10 22:26

6 IGI Airport T-1Morning

Delhi Aerocity MS 6A IGI Airport T-1Evening

Delhi Aerocity MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:43 6:48 7:16 7:18 15:01 15:06 15:32 15:367:46 7:48 8:16 8:18 16:02 16:06 16:32 16:368:46 8:48 9:16 9:18 17:02 17:06 17:32 17:369:46 9:48 10:16 10:18 18:02 18:06 18:32 18:36

10:46 11:18 11:46 11:48 19:02 19:36 20:02 20:0612:16 12:18 12:46 12:48 20:32 20:36 21:02 21:0613:16 13:18 13:46 13:48 21:32 21:36 22:02 22:0614:16 22:32

7 IGI Airport T-1Morning

Delhi Aerocity MS 7A IGI Airport T-1Evening

Delhi Aerocity MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:49 6:54 7:22 7:24 15:13 15:18 15:44 15:487:52 7:54 8:22 8:24 16:14 16:18 16:44 16:48

Page 197: NOTICE INVITING TENDER (NIT) - AWS

92

8:52 8:54 9:22 9:24 17:14 17:18 17:44 17:489:52 9:54 10:22 10:24 18:14 18:18 18:44 18:48

10:52 11:24 11:52 11:54 19:14 19:48 20:14 20:1812:22 12:24 12:52 12:54 20:44 20:48 21:14 21:1813:22 13:24 13:52 13:54 21:44 21:48 22:14 22:1814:22 22:44

8 IGI Airport T-1Morning

Delhi Aerocity MS 8A IGI Airport T-1Evening

Delhi Aerocity MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.

8 7:01 7:06 7:34 7:36 15:25 15:30 15:56 16:008:04 8:06 8:34 8:36 16:26 16:30 16:56 17:009:04 9:06 9:34 9:36 17:26 17:30 17:56 18:00

10:04 10:06 10:34 10:36 18:26 18:30 18:56 19:0011:04 11:36 12:04 12:06 19:26 20:00 20:26 20:3012:34 12:36 13:04 13:06 20:56 21:00 21:26 21:3013:34 13:36 14:04 14:06 21:56 22:00 22:26 22:3014:34 22:56

9 IGI Airport T-1Morning

Delhi Aerocity MS 9A IGI Airport T-1Evening

Delhi Aerocity MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.

9 7:13 7:18 7:46 7:48 15:37 15:42 16:08 16:128:16 8:18 8:46 8:48 16:38 16:42 17:08 17:129:16 9:18 9:46 9:48 17:38 17:42 18:08 18:12

10:16 10:18 10:46 10:48 18:38 19:12 19:38 19:4211:16 11:48 12:16 12:18 20:08 20:12 20:38 20:4212:46 12:48 13:16 13:18 21:08 21:12 21:38 21:42

Page 198: NOTICE INVITING TENDER (NIT) - AWS

93

13:46 13:48 14:16 14:18 22:08 22:12 22:38 22:4214:46 23:08

10 IGI Airport T-1Morning

Delhi Aerocity MS 10A IGI Airport T-1Evening

Delhi Aerocity MSArrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.7:25 7:30 7:58 8:00 15:49 15:54 16:20 16:248:28 8:30 8:58 9:00 16:50 16:54 17:20 17:249:28 9:30 9:58 10:00 17:50 17:54 18:20 18:24

10:28 11:00 11:28 11:30 18:50 19:24 19:50 19:5411:58 12:00 12:28 12:30 20:20 20:24 20:50 20:5412:58 13:00 13:28 13:30 21:20 21:24 21:50 21:5413:58 14:00 14:28 14:30 22:20 22:24 22:50 23:0014:58 23:20

MC-AEL-1 IGI Airport T-1 to Delhi Aerocity MS via NH-8via MahilpalpurWeekend (To & Fro)

1 IGI Airport T-1Morning

Delhi Aerocity MS 1A IGI Airport T-1Evening

Delhi Aerocity MS

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.5:58 6:00 6:26 6:28 14:10 14:12 14:38 14:406:56 6:58 7:24 7:26 15:06 15:08 15:34 15:367:52 7:54 8:20 8:22 16:02 16:04 16:30 16:328:48 8:50 9:16 9:18 16:58 17:28 17:54 17:569:44 10:12 10:38 10:40 18:22 18:24 18:50 18:52

11:06 11:08 11:34 11:36 19:18 19:20 19:46 19:4812:02 12:04 12:30 12:32 20:14 20:16 20:42 20:44

Page 199: NOTICE INVITING TENDER (NIT) - AWS

94

12:58 21:102 IGI Airport T-1

MorningDelhi Aerocity MS 1A IGI Airport T-1

EveningDelhi Aerocity MS

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:10 6:12 6:38 6:40 14:22 14:24 14:50 14:527:06 7:08 7:34 7:36 15:18 15:20 15:46 15:488:02 8:04 8:30 8:32 16:14 16:16 16:42 16:448:58 9:00 9:26 9:28 17:10 17:28 17:54 17:569:54 10:24 10:50 10:52 18:22 18:52 19:18 19:20

11:18 11:20 11:46 11:48 19:46 19:48 20:14 20:1612:14 12:16 12:42 12:44 20:42 20:44 21:10 21:1213:10 21:38

3 IGI Airport T-1Morning

Delhi Aerocity MS 1A IGI Airport T-1Evening

Delhi Aerocity MS

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:22 6:24 6:50 6:52 14:34 14:36 15:02 15:047:18 7:20 7:46 7:48 15:30 15:32 15:58 16:008:14 8:16 8:42 8:44 16:26 16:28 16:54 16:569:10 9:12 9:38 9:40 17:22 17:28 17:54 17:56

10:06 10:36 11:02 11:04 18:22 18:52 19:18 19:2011:30 11:32 11:58 12:00 19:46 19:48 20:14 20:1612:26 12:28 12:54 12:56 20:42 20:44 21:10 21:1213:22 21:38

4 IGI Airport T-1Morning

Delhi Aerocity MS 1A IGI Airport T-1Evening

Delhi Aerocity MS

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:34 6:36 7:02 7:04 14:46 14:48 15:14 15:167:30 7:32 7:58 8:00 15:42 15:44 16:10 16:12

Page 200: NOTICE INVITING TENDER (NIT) - AWS

95

8:26 8:28 8:54 8:56 16:38 16:40 17:06 17:089:22 9:24 9:50 9:52 17:34 18:04 18:30 18:32

10:18 10:48 11:14 11:16 18:58 18:58 19:24 19:2611:42 11:44 12:10 12:12 19:52 19:54 20:20 20:2212:38 12:40 13:06 13:08 20:48 20:50 21:16 21:1813:34 21:44

6 IGI Airport T-1Morning

Delhi Aerocity MS 1A IGI Airport T-1Evening

Delhi Aerocity MS

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:46 6:48 7:14 7:16 15:04 15:06 15:32 15:347:42 7:44 8:10 8:12 16:00 16:02 16:28 16:308:38 8:40 9:06 9:08 16:56 16:58 17:24 17:269:34 9:36 10:02 10:04 17:52 17:54 18:20 18:22

10:30 11:00 11:26 11:28 18:48 19:18 19:44 19:4611:54 11:56 12:22 12:24 20:12 20:14 20:40 20:4212:50 12:52 13:18 13:20 21:08 21:10 21:36 21:3813:46 22:04

8 IGI Airport T-1Morning

Delhi Aerocity MS 1A IGI Airport T-1Evening

Delhi Aerocity MS

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.7:04 7:06 7:32 7:34 15:28 15:30 15:56 15:588:00 8:02 8:28 8:30 16:24 16:26 16:52 16:548:56 8:58 9:24 9:26 17:20 17:22 17:48 17:509:52 9:54 10:20 10:22 18:16 18:18 18:44 18:46

10:48 11:18 11:44 11:46 19:12 19:42 20:08 20:1012:12 12:14 12:40 12:42 20:36 20:38 21:04 21:0613:08 13:10 13:36 13:38 21:32 21:34 22:00 22:02

Page 201: NOTICE INVITING TENDER (NIT) - AWS

96

14:04 22:289 IGI Airport T-1

MorningDelhi Aerocity MS 1A IGI Airport T-1

EveningDelhi Aerocity MS

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.7:16 7:18 7:44 7:46 15:40 15:42 16:08 16:108:12 8:14 8:40 8:42 16:36 16:38 17:04 17:069:08 9:10 9:36 9:38 17:32 17:34 18:00 18:02

10:04 10:06 10:32 10:34 18:28 18:30 18:56 18:5811:00 11:30 11:56 11:58 19:24 19:54 20:20 20:2212:24 12:26 12:52 12:54 20:48 20:50 21:16 21:1813:20 13:22 13:48 13:50 21:44 21:46 22:12 22:1414:16 22:40

10 IGI Airport T-1Morning

Delhi Aerocity MS 1A IGI Airport T-1Evening

Delhi Aerocity MS

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.7:28 7:30 7:56 7:58 15:52 15:54 16:20 16:228:24 8:26 8:52 8:54 16:48 16:50 17:16 17:189:20 9:22 9:48 9:50 17:44 17:46 18:12 18:14

10:16 10:46 11:12 11:14 18:40 18:42 19:08 19:1011:40 11:42 12:08 12:10 20:06 19:54 20:20 20:2212:36 12:38 13:04 13:06 20:48 20:50 21:16 21:1813:32 13:34 14:00 14:02 21:44 21:46 22:12 22:1414:28 22:40

MC-AEL-2 Delhi Aerocity MS to IGI Airport T-1 via Dial (Route length: 5.3km)

Page 202: NOTICE INVITING TENDER (NIT) - AWS

97

Weekday ( To & Fro )1 Delhi Aerocity MS

MorningIGI Airport T-1 1A Delhi Aerocity MS

EveningIGI Airport T-1

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.5:55 6:00 6:22 6:25 14:00 14:05 14:27 14:306:47 6:50 7:12 7:15 14:52 14:55 15:17 15:207:37 7:40 8:00 8:05 15:42 15:45 16:07 16:108:27 8:30 8:52 8:55 16:32 16:35 16:57 17:009:17 9:50 10:12 10:15 17:22 17:55 18:17 18:20

10:37 10:40 11:02 11:05 18:42 18:45 19:07 19:1011:27 11:30 11:52 11:55 19:32 19:35 19:57 20:0012:17 12:20 12:42 12:45 20:20 20:25 20:47 20:5013:07 21:12

2 Delhi Aerocity MSMorning

IGI Airport T-1 2A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:05 6:10 6:32 6:35 14:10 14:15 14:37 14:406:57 7:00 7:22 7:25 15:02 15:05 15:27 15:307:47 7:50 8:10 8:15 15:52 15:55 16:17 16:208:37 8:40 9:02 9:05 16:42 16:45 17:07 17:109:27 10:00 10:22 10:25 17:32 18:05 18:27 18:30

10:47 10:50 11:12 11:15 18:52 18:55 19:17 19:2011:37 11:40 12:02 12:05 19:42 19:45 20:07 20:1012:27 12:30 12:52 12:55 20:30 20:35 20:57 21:0013:17 21:22

3 Delhi Aerocity MSMorning

IGI Airport T-1 3A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.

Page 203: NOTICE INVITING TENDER (NIT) - AWS

98

6:15 6:20 6:42 6:45 14:20 14:25 14:47 14:507:07 7:10 7:32 7:35 15:12 15:15 15:37 15:407:57 8:00 8:20 8:25 16:02 16:05 16:27 16:308:47 8:50 9:12 9:15 16:52 16:55 17:17 17:209:37 10:10 10:32 10:35 17:42 18:15 18:37 18:40

10:57 11:00 11:22 11:25 19:02 19:05 19:27 19:3011:47 11:50 12:12 12:15 19:52 19:55 20:17 20:2012:37 12:40 13:02 13:05 20:40 20:45 21:07 21:1013:27 21:32

4 Delhi Aerocity MSMorning

IGI Airport T-1 4A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:25 6:30 6:52 6:55 14:30 14:35 14:57 15:007:17 7:20 7:42 7:45 15:22 15:25 15:47 15:508:07 8:10 8:30 8:35 16:12 16:15 16:37 16:408:57 9:00 9:22 9:25 17:02 17:05 17:27 17:309:47 10:20 10:42 10:45 17:52 18:25 18:47 18:50

11:07 11:10 11:32 11:35 19:12 19:15 19:37 19:4011:57 12:00 12:22 12:25 20:02 20:05 20:27 20:3012:47 12:50 13:12 13:15 20:50 20:55 21:17 21:2013:37 21:42

5 Delhi Aerocity MSMorning

IGI Airport T-1 5A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:30 6:35 6:57 7:00 14:35 14:40 15:00 15:057:22 7:25 7:47 7:50 15:25 15:30 15:50 15:558:12 8:15 8:35 8:40 16:15 16:20 16:40 16:45

Page 204: NOTICE INVITING TENDER (NIT) - AWS

99

9:02 9:05 9:27 9:30 17:05 17:10 17:30 17:359:52 10:25 10:47 10:50 17:55 18:00 18:20 18:25

11:12 11:15 11:37 11:40 18:45 19:20 19:40 19:4512:02 12:05 12:27 12:30 20:05 20:10 20:30 20:3512:52 12:55 13:17 13:20 20:55 21:00 21:20 21:2513:42 21:47

6 Delhi Aerocity MSMorning

IGI Airport T-1 6A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:35 6:40 7:02 7:05 14:40 14:45 15:05 15:107:27 7:30 7:52 7:55 15:30 15:35 15:55 16:008:17 8:20 8:40 8:45 16:20 16:25 16:45 16:509:07 9:10 9:32 9:35 17:10 17:15 17:35 17:409:57 10:30 10:52 10:55 18:00 18:35 18:55 19:00

11:17 11:20 11:42 11:45 19:20 19:25 19:45 19:5012:07 12:10 12:32 12:35 20:10 20:15 20:35 20:4012:57 13:00 13:22 13:25 21:00 21:05 21:25 21:3013:47 21:52

7 Delhi Aerocity MSMorning

IGI Airport T-1 7A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:40 6:45 7:07 7:10 15:35 15:40 16:00 16:057:32 7:35 7:57 8:00 16:25 16:30 16:50 16:558:22 8:25 8:45 8:50 17:15 17:20 17:40 17:459:12 9:15 9:37 9:40 18:05 18:10 18:30 18:35

10:02 10:35 10:57 11:00 18:55 19:30 19:50 19:5511:22 11:25 11:47 11:50 20:15 20:20 20:40 20:45

Page 205: NOTICE INVITING TENDER (NIT) - AWS

100

12:12 12:15 12:37 12:40 21:05 21:10 21:30 21:3513:02 13:05 13:27 13:30 21:55 22:00 22:20 22:2513:52 22:47

8 Delhi Aerocity MSMorning

IGI Airport T-1 8A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:50 6:55 7:17 7:20 15:45 15:50 16:10 16:157:42 7:45 8:07 8:10 16:35 16:40 17:00 17:058:32 8:35 8:55 9:00 17:25 17:30 17:50 17:559:22 9:25 9:47 9:50 18:15 18:20 18:40 18:45

10:12 10:45 11:07 11:10 19:05 19:40 20:00 20:0511:32 11:35 11:57 12:00 20:25 20:30 20:50 20:5512:22 12:25 12:47 12:50 21:15 21:20 21:40 21:4513:12 13:15 13:37 13:40 22:05 22:10 22:30 22:3514:02 22:57

9 Delhi Aerocity MSMorning

IGI Airport T-1 9A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.7:00 7:05 7:27 7:30 15:55 16:00 16:20 16:257:52 7:55 8:17 8:20 16:45 16:50 17:10 17:158:42 8:45 9:05 9:10 17:35 17:40 18:00 18:059:32 9:35 9:57 10:00 18:25 18:30 18:50 18:55

10:22 10:55 11:17 11:20 19:15 19:50 20:10 20:1511:42 11:45 12:07 12:10 20:35 20:40 21:00 21:0512:32 12:35 12:57 13:00 21:25 21:30 21:50 21:5513:22 13:25 13:47 13:50 22:15 22:20 22:40 22:4514:12

Page 206: NOTICE INVITING TENDER (NIT) - AWS

101

10 Delhi Aerocity MSMorning

IGI Airport T-1 10A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.7:10 7:15 7:37 7:40 16:05 16:10 16:30 16:358:02 8:05 8:27 8:30 16:55 17:00 17:20 17:258:52 8:55 9:15 9:20 17:45 17:50 18:10 18:159:42 9:45 10:07 10:10 18:35 18:40 19:00 19:05

10:32 11:05 11:27 11:30 19:25 20:00 20:20 20:2511:52 11:55 12:17 12:20 20:45 20:50 21:10 21:1512:42 12:45 13:07 13:10 21:35 21:40 22:00 22:0513:32 13:35 13:57 14:00 22:25 22:30 22:50 22:5514:22 23:15

MC-AEL-2 Delhi Aerocity MS to IGI Airport T-1 via DialWeekend To & Fro

1 Delhi Aerocity MSMorning

IGI Airport T-1 1A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.5:58 6:00 6:26 6:28 14:10 14:12 14:38 14:406:56 6:58 7:24 7:26 15:06 15:08 15:34 15:367:52 7:54 8:20 8:22 16:02 16:04 16:30 16:328:48 8:50 9:16 9:18 16:58 17:28 17:54 17:569:44 10:12 10:38 10:40 18:22 18:24 18:50 18:52

11:06 11:08 11:34 11:36 19:18 19:20 19:46 19:4812:02 12:04 12:30 12:32 20:14 20:16 20:42 20:44

Page 207: NOTICE INVITING TENDER (NIT) - AWS

102

12:58 21:102 Delhi Aerocity MS

MorningIGI Airport T-1 2A Delhi Aerocity MS

EveningIGI Airport T-1

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:10 6:12 6:38 6:40 14:22 14:24 14:50 14:527:06 7:08 7:34 7:36 15:18 15:20 15:46 15:488:02 8:04 8:30 8:32 16:14 16:16 16:42 16:448:58 9:00 9:26 9:28 17:10 17:28 17:54 17:569:54 10:24 10:50 10:52 18:22 18:52 19:18 19:20

11:18 11:20 11:46 11:48 19:46 19:48 20:14 20:1612:14 12:16 12:42 12:44 20:42 20:44 21:10 21:1213:10 21:38

3 Delhi Aerocity MSMorning

IGI Airport T-1 3A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:22 6:24 6:50 6:52 14:34 14:36 15:02 15:047:18 7:20 7:46 7:48 15:30 15:32 15:58 16:008:14 8:16 8:42 8:44 16:26 16:28 16:54 16:569:10 9:12 9:38 9:40 17:22 17:28 17:54 17:56

10:06 10:36 11:02 11:04 18:22 18:52 19:18 19:2011:30 11:32 11:58 12:00 19:46 19:48 20:14 20:1612:26 12:28 12:54 12:56 20:42 20:44 21:10 21:1213:22 21:38

4 Delhi Aerocity MSMorning

IGI Airport T-1 4A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:34 6:36 7:02 7:04 14:46 14:48 15:14 15:167:30 7:32 7:58 8:00 15:42 15:44 16:10 16:12

Page 208: NOTICE INVITING TENDER (NIT) - AWS

103

8:26 8:28 8:54 8:56 16:38 16:40 17:06 17:089:22 9:24 9:50 9:52 17:34 18:04 18:30 18:32

10:18 10:48 11:14 11:16 18:58 18:58 19:24 19:2611:42 11:44 12:10 12:12 19:52 19:54 20:20 20:2212:38 12:40 13:06 13:08 20:48 20:50 21:16 21:1813:34 21:44

6 Delhi Aerocity MSMorning

IGI Airport T-1 6A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.6:46 6:48 7:14 7:16 15:04 15:06 15:32 15:347:42 7:44 8:10 8:12 16:00 16:02 16:28 16:308:38 8:40 9:06 9:08 16:56 16:58 17:24 17:269:34 9:36 10:02 10:04 17:52 17:54 18:20 18:22

10:30 11:00 11:26 11:28 18:48 19:18 19:44 19:4611:54 11:56 12:22 12:24 20:12 20:14 20:40 20:4212:50 12:52 13:18 13:20 21:08 21:10 21:36 21:3813:46 22:04

8 Delhi Aerocity MSMorning

IGI Airport T-1 8A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.7:04 7:06 7:32 7:34 15:28 15:30 15:56 15:588:00 8:02 8:28 8:30 16:24 16:26 16:52 16:548:56 8:58 9:24 9:26 17:20 17:22 17:48 17:509:52 9:54 10:20 10:22 18:16 18:18 18:44 18:46

10:48 11:18 11:44 11:46 19:12 19:42 20:08 20:1012:12 12:14 12:40 12:42 20:36 20:38 21:04 21:0613:08 13:10 13:36 13:38 21:32 21:34 22:00 22:02

Page 209: NOTICE INVITING TENDER (NIT) - AWS

104

14:04 22:289 Delhi Aerocity MS

MorningIGI Airport T-1 9A Delhi Aerocity MS

EveningIGI Airport T-1

Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.7:16 7:18 7:44 7:46 15:40 15:42 16:08 16:108:12 8:14 8:40 8:42 16:36 16:38 17:04 17:069:08 9:10 9:36 9:38 17:32 17:34 18:00 18:02

10:04 10:06 10:32 10:34 18:28 18:30 18:56 18:5811:00 11:30 11:56 11:58 19:24 19:54 20:20 20:2212:24 12:26 12:52 12:54 20:48 20:50 21:16 21:1813:20 13:22 13:48 13:50 21:44 21:46 22:12 22:1414:16 22:40

10 Delhi Aerocity MSMorning

IGI Airport T-1 10A Delhi Aerocity MSEvening

IGI Airport T-1Arrival Depart. Arrival Depart. Arrival Depart. Arrival Depart.7:28 7:30 7:56 7:58 15:52 15:54 16:20 16:228:24 8:26 8:52 8:54 16:48 16:50 17:16 17:189:20 9:22 9:48 9:50 17:44 17:46 18:12 18:14

10:16 10:46 11:12 11:14 18:40 18:42 19:08 19:1011:40 11:42 12:08 12:10 20:06 19:54 20:20 20:2212:36 12:38 13:04 13:06 20:48 20:50 21:16 21:1813:32 13:34 14:00 14:02 21:44 21:46 22:12 22:1414:28 22:40

Page 210: NOTICE INVITING TENDER (NIT) - AWS

105

Appendix-32

OPERATIONAL PARAMETERS, MONITORING ANDPERFORMANCEADJUSTMENTS

Refer:7(jj&kk),9(e&g),11(m),31.6,32.1 of SCC1. Operational Parameters

This schedule defines operational parameters and standards that direct the Contractor to providerequired services as last mile connectivity to Delhi metro network.

1.1. Aims and ObjectivesThe principle aim of this performance monitoring regime is to provide greater incentives for asafer, more reliable, attractive, comfortable, faster, economic and efficient last mile connectivityservices to and fro metro stations to passengers.

Passengers value the quality of bus service on the following performance parameters:

Service reliability and frequency

Less crowded buses

Journey time

Affordability

Passenger comfort

Accessibility to bus stops

Other service quality parameters that are considered important in assessing the performance ofthe bus network include:

Staff attitude and behaviour

Personal safety and security during the journey

Ease of accessing vehicles

Cleanliness

Vehicle repair

Easy availability of travel information

In order to meet these objectives and deliver on each individual performance parameter, theContractor shall be responsible for the following:

1.2. Definitions – For the purpose of thisAppendix:1.2.1. “Advertisement Panels” means the designated space reserved in the interior and exterior of

the bus to display advertisements.

1.2.2. “Applicable Limit” means the permissible limit in timetable for the purpose of operation ofStage Carriage Buses as described in thisAppendix.

Page 211: NOTICE INVITING TENDER (NIT) - AWS

106

1.2.3. “Automated Vehicle Location System (AVLS)” means the GPS-based automatic vehicletracking system, integrated online with central server. The GPS data will have integrationwith GIS map for fleet management.

1.2.4. “Central Data Base” means the data centre for storing and retrieving operational data,established by DMRC or any agency appointed by DMRC.

1.2.5. “Contactless Smart Card” means the smart card(ISO 1443 compliant) authorized by DMRCor its nominated service provider which can be validated by the smart card readers cumvalidators installed on board in the buses for e- transfer of actual fare data on the system byDMRC or its nominated service provider.

1.2.6. “Data Suspension” means suspension of unrepresentative data as a result of factors outsidethe Contractor’s control over short term time periods (defined with mutual agreement) on therequest of the Contractor, which will not be used by DMRC to assess the Contractorperformance.

1.2.7. “Delayed Trip” means any trip operated in which deviation in actual time of operation from thestart point is more than the permissible tolerance limit as is described in this appendix ofSCC(3.2.3 of this appendix).

1.2.8. "Deductible Lost Kilometerage" means the total number of Scheduled Kilometers (other thanNon-Deductible Lost Mileage) determined in the reasonable opinion of DMRC as having notbeen operated in any Payment Period.

1.2.9. “Driver Quality Monitoring” means a point based monitoring system to assess the standardsof driving maintained in the provision of the services. The system assigns points on variousperformance parameters as described in this appendixof SCC.

1.2.10. “Electronic Ticketing Machines (ETMs)/Hand Held Ticketing Machine(HHTM)” means themachines provided by DMRC in the buses to issue paper tickets and validate tickets for thepurpose of fare collection.

1.2.11. "Emergency Ticket Pack" means a sealed pack of serially numbered, fully pre- printedtickets, issued to the Contractor, for use when the Ticketing Equipment supplied by DMRC orits nominated service provider is not available for use in the operation of the Services.

1.2.12. “Fatal Accidents” means accident involving private stage carriage bus operating under thiscontract in which there is a death of passengers/road users.

1.2.13. “Incident Management” means a system developed by the Contractor to report and makerelief and support system to deal with in service breakdowns, accidents and other incidentsas described in this appendix of SCC.

1.2.14. “Lost Kilometerage” means the total number of Scheduled Kilometers in Service Kms leftuncompleted due to any missed Trip or Trip not completed as described in this appendix ofSCC.

1.2.15. “Major Accidents” means accident involving private stage carriage bus operating under thesupervision of DMRC which may involve hospitalization or estimated damage of above Rs.25,000.

1.2.16. “Minor Accidents” means accident involving private stage carriage bus operating under thiscontract with extent of estimated damage of bus uptoRs. 25,000 and/or simple injuries topassenger / third party, requiring only outdoor medical care.

1.2.17. “Missed Trips” means any trip which does not cover the scheduled trip length (kilometerage)between origin and destination. The trip which is either not operated or is missed due tobreakdowns etc. will also be covered under the category of missed trips.

Page 212: NOTICE INVITING TENDER (NIT) - AWS

107

1.2.18. “Non-Deductible Lost Kilometerage” means the total number of Scheduled Kilometers inService Kilometers not operated by the Contractor the loss of which is determined in thereasonable opinion of DMRC as being beyond the Contractor’s reasonable control inaccordance with the provisions of this appendixof SCC. This will be taken into considerationonly for the purpose of calculation of deductions of penalty amount in terms of Clause 3.3.1of this appendix of SCC.

1.2.19. “On-board Equipment” means all types of on-board equipments in the bus including but notlimited to GPS unit, smart card validators and CCTV equipment installed by DMRC or itsnominated agency.

1.2.20. “Operational Control Centre” means a communication, analysis and operational control hubestablished and maintained by the DMRC to control, manage and monitor the bus operation.The OCC will access data through AVLS, AFCS, Contractor reports, field data inputs etc.,and will provide MIS reports for operational and managerial purposes.

1.2.21. “Retention Period” means the safe custody of operational and revenue data in the custody ofthe Contractor with proper backup for the period as defined in clause 1.12 of this appendix.“Ticketing Equipments” means any equipment and/or software and/or associatedinfrastructures provided in the bus in accordance with the provisions of this Agreement foruse in the provision of the Services primarily for the purposes of issuing tickets and recordingof the same, recording on bus revenue receipts, validating Smartcards, recording passengerjourneys and for the provision of information to the Contractor and to DMRC or its serviceproviders relating to the same.

1.3. Applicable Clearances / Approvals

1.3.1. Contractor has to obtain the necessary and Applicable Clearances / Approvals and meetingtheir requirements, including but not limited to the Certificate of Fitness (CoF), the PollutionUnder Control Certificate (PUCC),INSURANCES the Third Party Inspection Policy, and Proofof Road Tax Payment.

1.4. Engineering Quality

1.4.1. Providing buses that meet the technical specifications provided in appendix-29 of EmployersRequirement and further up keeping and maintaining buses to ensure their roadworthinessthat meet the requirements of Stage Carriage Services. The preventive maintenance regimeas prescribed by the Vehicle Manufacturer (VM) shall be carried out as per the schedule. Therecord of all preventive maintenance activities shall be kept in the Bus Maintenance LogBook (Log Book) and duly authenticated by the person in charge of the vehicle workshopcarrying out bus maintenance. The Log books shall be produced for inspection by officials ofDMRC as and when demanded.

1.4.2. If, DMRC considers that the operation of a vehicle provided by the Contractor could affect thesafety of passengers or the general public, DMRC may instruct the Contractor not to operatethat vehicle. In such circumstances the Contractor shall provide at its own expense analternative vehicle for the performance of the Services.

1.4.3. The other provisions like disinfection of buses in once in two months as per Clause (73) ofDMVR 1993 shall also be complied with by the Contractor.

1.5. Operational Staff

The Contractor shall be responsible for:

1.5.1. Ensuring that the duty hours of deployed staff are in compliance with The Motor TransportWorkers Act, 1961.

1.5.2. Ensuring adequate operational staff to meet the requirement of the prescribed schedules.The operational staff deployed shall fulfill statutory requirements as per the Motor VehicleAct, 1988 or any other applicable law as amended fromtime to time.

Page 213: NOTICE INVITING TENDER (NIT) - AWS

108

1.5.3. Deploying operational staff in proper uniform (as prescribed in the DMVR/Permitconditions/or as prescribed by DMRC from time to time) with nameplate/badge. Operationsstaff of the Contractor on board the bus shall be responsible for the custody of the complaint/suggestion book and first aid kit.

1.5.4. Ensuring compliance with Qualifications, Duties and Responsibilities of Drivers as defined inAppendix-32A of SCC. DMRC reserves the right to develop and maintain a biometric record ofoperational staff of the Contractor for the purpose of monitoring.

1.6. Driver Quality Monitoring (DQM)

1.6.1. DMRC may introduce a point based monitoring system for drivers. The monitoring system mayinclude assigning points on various performance parameters including but not limited to:

Accidents

Complaints;

Rash driving, including not stopping or inadequate stoppage at designated bus stops (lessthan 30 seconds and start off before passengers are seated/ securely standing);

Tampering with On-board Equipment such as equipment related to GPS, AFCS and CCTVetc.;

Allowing passengers to travel without tickets;

Violating rules related to smoking, or talking on a mobile phone or driving under influence ofdrugs or alcohol.

1.6.2. Details of such a point system shall be worked out during the operation period. In case thenegative points for a driver exceed certain pre-defined values in a specified period, DMRC mayissue directions to the Contractor not to deploy the concerned driver on service for a periodranging from three days to permanent disqualification. This period must be utilized by theContractor for imparting refresher training to such driver. See Appendix-32Bfor more detail.

1.7. Minimum Service Obligation

The Contractor shall be responsible for ensuring that:

1.7.1. Stage-carriage operation of buses as per the TT as notified by DMRC, and compliance to theMotor Vehicles Act, 1988 and any other rules/guidelines notified from time to time;

1.7.2. Buses report for operation at the route starting point a minimum of five minutes prior to the firststart time. Buses must be in a clean, presentable condition and in a state of mechanicalroadworthiness as set out in Appendix-32C;

1.7.3. Prescribed routes are adhered to and every scheduled journey is completed as planned.Operators should note that changes to routes and incomplete journeys, are liable forpenalization except under force majeure circumstances as set out in Agreement;

1.7.4. Buses stop at designated bus stops with clearance at the entry point of the bus to allow for easyboarding and egress;

1.7.5. appropriate usage of appliances like the disabled access ramp to ensure proper boarding andalighting of passengers at bus stops;

1.7.6. buses stay at the stop until all passengers who need to alight have done so, and all passengerswaiting at the stop for the bus have boarded;

1.7.7. Passengers are not allowed to board or alight at unauthorized locations.

Page 214: NOTICE INVITING TENDER (NIT) - AWS

109

1.8. Systems development and reporting responsibilities

1.8.1. As part of the contract the Contractor must develop systems for collecting, recording andsharing information and data as listed below.

1.8.2. Lost Kilometerage

The Contractor must put in place a system to capture daily operational data at source level andcommunicate the same to the OCC of DMRC as per details in Section ‘Lost Kilometerage’ andAppendix-32D. The system will need to be operational at least 15 days before the start of theservice under the contract.

If, the Contractor is found to have failed to declare or has inaccurately declared MissedKilometerage / Deductible Lost Kilometerage, DMRC shall be entitled to make Deductions for allthe Deductible Lost Kilometerage undeclared or wrongly declared (as measured against any finaldetermination in respect of Deductible Lost Kilometerage made under this appendix of SCC) inquestion.

1.8.3. Bus Maintenance program

The Contractor must set up an internal system to keep a record of all maintenance activitiescarried out on the buses. The system shall maintain a record of total kilometerage performed bythe buses on a daily basis, including revenue and non-revenue kilometers. The system shall becapable of monitoring maintenance activities with respect to the preventive maintenanceschedules prescribed by the Vehicle Manufacturers. The Contractor shall send a report to theDMRC’s Operational Control Centre (OCC) through electronic means on a daily basis, comprisingdetails of Bus Maintenance Data as per Appendix-32E.

1.8.4. Incident management

The Contractor shall be responsible for putting in place a system of reporting by the driver andother support staff as regards breakdowns,accidents and other incidents. As part of the incidentmanagement process the system should include:

Information regarding any damage to vehicle,

Involvement of any third parties.

The bus route number,

The vehicle number

Crew details

The time of the incident

The Contractor is also responsible for putting in place a system for the quick retrieval and recoveryof vehicles and, to remove any road obstructions caused as a result of the incident. Please refer toAppendix-32Ffor further information.

1.8.5. Lost property

The Contractor shall be responsible to comply provisions as contained in Clause (70) of DMVR1993 regarding handling of lost property articles detected during operation of the StageCarriage Buses. Also, the Contractor shall follow any further guidelines on this subject to beissued by DoT/DMRC without prejudice to any statutory guidelines for handling and disposalof lost property article.

1.9. On-board Equipment and Advertisement Panels

The Contractor shall be responsible for:

Page 215: NOTICE INVITING TENDER (NIT) - AWS

110

1.9.1. Ensuring that On-board Equipment such as the GPS unit, ticket issuing equipment, Smart CardValidators, cabling, and accessories provided by DMRC or an agency nominated by DMRC, arein working order and not tampered with. The safety and security of On-board Equipmentprovided on the bus shall be the responsibility of the Contractor. Daily operational data in therequired format needs to be uploaded on the OCC system by the Contractor. DMRC may, asneeded, audit and perform sample checks of operational data and equipment.

1.9.2. Making buses available for fitment / inspection / periodic maintenance of On- board Equipmentto an agency nominated by DMRC at regular bus parking places. The inspection/periodicmaintenance will normally be carried out during the night shift when the bus is not in service. Incircumstances when inspections are carried out during the day, DMRC will make every effort toensure that this does not interfere with the Contractor’s service obligations. The Contractor willdevelop and implement an effective maintenance system to ensure the timely repair ofequipment through the service provider.

1.9.3. Making buses available for fitment/ removal of advertisements, at the time decided throughmutual convenience with DMRC or any other agency authorized by DMRC.

1.10. Ticketing and revenue collection

In case the Contractor is entrusted the task of fare collection,hemust ensure that

1.10.1. The conductor shall issue proper tickets against the fare collected, in the services operated inthe Cluster. DMRC reserves the right to deploy conductors in buses in service.

1.10.2. All revenues shall be handed over to DMRC or deposited in a designated account inaccordance with this agreement for Basic Services and extra/additional Services if any.

1.10.3. Emergency Ticket Packs will be made available for each bus in service by the DMRC or itsauthorized agency. The Contractor shall follow the following procedure for the same:-

i. On commencement of duty the conductor (driver in case no conductor is provided as perthe agreement) will be issued with an Emergency Ticket Pack which will bear auniquely identifying serial number and other security measures as specified from time totime.

ii. In the event of the Ticket Machine/ Smart Card Validator becoming inoperable while thebus is in service, the Emergency Ticket pack will be opened and these tickets will beissued in lieu of tickets from the ticket machine/ Smart Card Validator. Each EmergencyTicket Pack ticket is individually numbered and denotes a monetary value. Tickets maybe issued in multiples of any combination up to the exact fare.

iii. The Emergency Ticket Pack contains a waybill which must be completed in full showingdetails of the tickets issued. At the end of the conductor’s shift the Emergency TicketPack (complete with unused tickets) and the way bill shall be handed in by the conductorto the depot cashier along with cash collection.

iv. The Contractor shall check the completion of the waybill and shall return all part usedEmergency Ticket Packs and the accompanying waybills to DMRC, on the Friday ofeach week.

v. The used Emergency Ticket pack will be replaced by DMRC or any other agencyauthorized by DMRC, where notified, its contractor or agent with a new EmergencyTicket Pack.

vi. All revenue collected or received by the Contractor as a result of the use of EmergencyTicket Packs shall be paid to DMRC or deposited in a designated account by theContractor in accordance with the above procedure on weekly basis.

1.11. Right of Access

1.11.1. DMRC shall have the rights of access and the rights of audit and/or inspection set out inthe Agreement.

Page 216: NOTICE INVITING TENDER (NIT) - AWS

111

1.11.2. The Contractor shall provide or make available to DMRC:

i. all assistance as may reasonably be required;

ii. all records, data and other information as may reasonably be required;

iii. the use of a telephone, photocopier and where available facsimile machine; and

iv. a suitable work area

1.12. Retention of Data

The Contractor shall be responsible to retain all records (which shall mean all records relating to orin connection with the Agreement and any other information reasonably required by DMRC orspecified in the Agreement) for a period of not less than five years after expiry or termination of theContract Agreement (the “Retention Period”). DMRC shall have the rights of access and the rights ofaudit and/or inspection of any or all such records in accordance with the provisions set out.

2. Performance Monitoring

2.1. DMRC will set up a comprehensive OCC for the monitoring of Operations and key PerformanceStandards.

2.2. Information Formats

DMRC will need to be fed with information and data to measure and evaluate service performance. Itwill be necessary for the Contractor to put in place a system to capture basic Operational Data at thesource level/ Parameters that need to be captured should include but not be restricted to those inAppendix-32C – (List of operational parameters).

The Contractor shall maintain proper records and provide any information asked by DMRC. Thisdata would be over and above the scheduled reports as defined in Appendix-32D. Basic datacapture shall be through automated means as far as possible.

The Contractor shall communicate the operational data to the OCC/TI Cell through electronic meanson daily basis in Microsoft Excel compatible format or as specified from time to time, which shallinclude, inter alia, details as per Appendix-32D. DMRC will require further information on a monthlybasis based on formats set out in Appendix-32E and 32H.

2.3. Immediate Reports Related to Accidents

The Contractor will provide immediate notification of an accident, followed by a written report within24 hours to the DMRC’s OCC. The written report will provide all relevant information as specified inAppendix32F, Immediate notification and a written report must be provided as and when theContractor becomes aware of any event resulting from the Services or associated activities whichinvolves:

loss of life of any passenger, member of the Contractor’s staff, or other person; or

an injury to any passenger, or other person where medical attention was required immediately inthe wake of the accident.

robberies or assaults on passengers or staff

vandalism and public disorder both on and off vehicles or in the garage or depot where the incidentinvolves

a. safety critical bus failures

b. any incident of a like nature that is likely to attract media attention

acts of vandalism affecting service delivery

incidents (including environmental incidents where prosecution is likely, or there is (or there is likelyto be significant media attention.

Page 217: NOTICE INVITING TENDER (NIT) - AWS

112

When notifying DMRC of the incident, the Contractor will provide the following information as setout in “Incident Report Form” with details including:

the date, time and place of the incident;

the circumstances of the incident;

particulars of injury to any passenger or other person requiring medical attention (if known);

particulars of damage to the Vehicle;

the name and identification number of the Contractor’s staff present at the time of the incident;

name, address and contact telephone number of any persons involved (if known), and

name, addressand contact telephone number of any witnesses(Identification number, if the witness is a staff member).

route number and bus registration number.

The Contractor may be required to submit additional incident investigation reports asrequested by DMRC.

2.4. Immediate Reports Related to Potential Disruptions to Service

The Contractor will provide immediate notification followed by a written report providing allrelevant information to the DMRC’s OCC as soon as the Contractor is aware of any event(including proposed industrial action) that is likely to substantially disrupt or alter the deliveryof Services. The Contractor must identify the likely effect of this event and the steps to betaken by the Contractor to minimize the disruption to Services.

2.5. Weekly Reporting of Other Incidents

The Contractor shall provide OCC with information for other incidents in relation to eachweek (‘week’ being Saturday to Friday). This information shall be provided to DMRC on orbefore the Thursday after the end of each week in which the incident took place or at othersuch intervals as DMRC may require from time to time.

3. Performance Measurement

In order to assess the Contractor’s performance in meeting its service obligations as setout in Clause 1 of thisAppendixof SCC, DMRC will measure specific operationalparameters as set out in the following paragraphs. Each measureable parameter willenable DMRC to reward or penalize the Contractor depending on its performance against apre-determined benchmark.

A. Performance Deductions

Delayed Trips

Missed Trips

Other Infractions

B. Performance Incentive

On-time benchmark

Sample Check on specified performance parameters and Incentives

3.1.1. Performance Deductions and Incentives shall be adjusted for CPI on bi-annual basis.DMRC’s decision with regard to the above assessments shall be final.

3.1.2. Without prejudice to the Deductions set out in the preceding clauses, DMRC reserve the rightto pursue other remedies as defined in the Agreement. Such Deductions also do notconstitute a waiver of any other remedies applicable under Law.

Page 218: NOTICE INVITING TENDER (NIT) - AWS

113

3.1.3. CYF payable for a Trip shall be calculated for AC Services as set out below

The aforesaid shall be used for such purposes as may be required including for calculatingthe deduction for Missed Trip in clause 3.3.1 of this Appendix of this SCC and for deductionas set out in clause 3.7 of this Appendixof SCC.

3.2. Performance Deduction for Delayed Trips and Performance Incentive for Better thanBenchmark Performance

The provision of reliable services is a very high priority for bus passengers. Therefore,subject to exceptional circumstances, when trip delays are unavoidable, the Contractor isrequired to ensure that the TT is adhered to, with no cancellations and all buses operating ontime.

3.2.1. Departure times or service intervals, as appropriate, shall be published at bus stops andelsewhere by DMRC; and

3.2.2. A delayed Trip is defined as any departure of a bus outside specified time limits set out in thetable below.

3.2.3. The performance of Contractor in the cluster will be worked out by comparing the actualobserved departure times with the specified departure times as set out in the TT. A bus willbe regarded as ‘on time’ if it departs from a scheduled departure point within the ApplicableLimits from TT.

S. No. Description (Checkpoint/s)Applicable Limits from TT

Earliest Start Latest Start

1 Start of First Trip for Each Bus for the day + 0 minutes + 2 minutes

2 Start of Each Subsequent Trip + 2 minutes + 4 minutes

3.2.4. The Contractor’s performance of the Services shall be monitored on a monthly basis againstthese punctuality benchmark standards.

3.2.5. The Contractor will be financially rewarded for services performing above the benchmark(Tables 1 and 3), and penalized for services performing below the benchmark (Tables 1 and2).

3.2.6. DMRC will measure the performance of all buses in a cluster on a monthly basis using AVLsystem. The actual online performance of each bus will be measured against the On TimePerformance Benchmark.

Table 1 – Online Time PerformanceS. No. Category and

PerformanceBelow Benchmark Above Benchmark

1 On Time Performance Benchmark “BM” : 88% - 92%

113

3.1.3. CYF payable for a Trip shall be calculated for AC Services as set out below

The aforesaid shall be used for such purposes as may be required including for calculatingthe deduction for Missed Trip in clause 3.3.1 of this Appendix of this SCC and for deductionas set out in clause 3.7 of this Appendixof SCC.

3.2. Performance Deduction for Delayed Trips and Performance Incentive for Better thanBenchmark Performance

The provision of reliable services is a very high priority for bus passengers. Therefore,subject to exceptional circumstances, when trip delays are unavoidable, the Contractor isrequired to ensure that the TT is adhered to, with no cancellations and all buses operating ontime.

3.2.1. Departure times or service intervals, as appropriate, shall be published at bus stops andelsewhere by DMRC; and

3.2.2. A delayed Trip is defined as any departure of a bus outside specified time limits set out in thetable below.

3.2.3. The performance of Contractor in the cluster will be worked out by comparing the actualobserved departure times with the specified departure times as set out in the TT. A bus willbe regarded as ‘on time’ if it departs from a scheduled departure point within the ApplicableLimits from TT.

S. No. Description (Checkpoint/s)Applicable Limits from TT

Earliest Start Latest Start

1 Start of First Trip for Each Bus for the day + 0 minutes + 2 minutes

2 Start of Each Subsequent Trip + 2 minutes + 4 minutes

3.2.4. The Contractor’s performance of the Services shall be monitored on a monthly basis againstthese punctuality benchmark standards.

3.2.5. The Contractor will be financially rewarded for services performing above the benchmark(Tables 1 and 3), and penalized for services performing below the benchmark (Tables 1 and2).

3.2.6. DMRC will measure the performance of all buses in a cluster on a monthly basis using AVLsystem. The actual online performance of each bus will be measured against the On TimePerformance Benchmark.

Table 1 – Online Time PerformanceS. No. Category and

PerformanceBelow Benchmark Above Benchmark

1 On Time Performance Benchmark “BM” : 88% - 92%

113

3.1.3. CYF payable for a Trip shall be calculated for AC Services as set out below

The aforesaid shall be used for such purposes as may be required including for calculatingthe deduction for Missed Trip in clause 3.3.1 of this Appendix of this SCC and for deductionas set out in clause 3.7 of this Appendixof SCC.

3.2. Performance Deduction for Delayed Trips and Performance Incentive for Better thanBenchmark Performance

The provision of reliable services is a very high priority for bus passengers. Therefore,subject to exceptional circumstances, when trip delays are unavoidable, the Contractor isrequired to ensure that the TT is adhered to, with no cancellations and all buses operating ontime.

3.2.1. Departure times or service intervals, as appropriate, shall be published at bus stops andelsewhere by DMRC; and

3.2.2. A delayed Trip is defined as any departure of a bus outside specified time limits set out in thetable below.

3.2.3. The performance of Contractor in the cluster will be worked out by comparing the actualobserved departure times with the specified departure times as set out in the TT. A bus willbe regarded as ‘on time’ if it departs from a scheduled departure point within the ApplicableLimits from TT.

S. No. Description (Checkpoint/s)Applicable Limits from TT

Earliest Start Latest Start

1 Start of First Trip for Each Bus for the day + 0 minutes + 2 minutes

2 Start of Each Subsequent Trip + 2 minutes + 4 minutes

3.2.4. The Contractor’s performance of the Services shall be monitored on a monthly basis againstthese punctuality benchmark standards.

3.2.5. The Contractor will be financially rewarded for services performing above the benchmark(Tables 1 and 3), and penalized for services performing below the benchmark (Tables 1 and2).

3.2.6. DMRC will measure the performance of all buses in a cluster on a monthly basis using AVLsystem. The actual online performance of each bus will be measured against the On TimePerformance Benchmark.

Table 1 – Online Time PerformanceS. No. Category and

PerformanceBelow Benchmark Above Benchmark

1 On Time Performance Benchmark “BM” : 88% - 92%

Page 219: NOTICE INVITING TENDER (NIT) - AWS

114

% of totalmonthlycheckpoints forthe Cluster

Less thanBM

Deduction:

On- time Deductionsin terms of Table 2.

Greater thanBM

Incentive :

On-time Incentive interms of Table 3.

At the end of each month DMRC will collate performance results in order to calculate the overallperformance incentive payment or debit for the Contractor. Tables 2 and 3 set out the methodof calculation of deduction and incentive for each bus operated in the cluster.

Once the total number of deductions and incentives are added together, DMRC will issue asummary performance table to the Contractor. This will be issued no later than 25 working daysafter the month in which performance has been measured. The report will include:

All routes details, including any agreed changes to the route detail

Start and end dates of the month

Confirmation of any agreed data suspension for a previous month and notification of anyapplications for data suspension being considered by DMRC at that time

The summary table will set out the percentage of buses operating ‘on time’ compared to thedeparture times specified in the TT and the reward or penalty due.

Table 2 - Deductions for Not Achieving On Time Performance Benchmark

S. No. Performance Prorated Deduction

1 Upto 5% below BM of 88% Rs. 50/ - for each checkpoint

2 Upto 10% below BM of 88% Rs. 75/ - for each checkpoint

3 Upto 15% below BM of 88% Rs. 100/ - for each checkpoint

4 More than 15% below BM of 88% Rs. 125/ - for each checkpoint

Table 3 - Incentive for Actual Performance Better than On Time Performance Benchmark

S. No. Performance Prorated Incentive

1 Above the BM of 92% Rs. 50/-for each checkpoint subject to 10%of the total check points in a day .

3.2.7. DMRC reserves the right to prepare other reports for the purposes of monitoring the Servicesand reporting the performance of the Services to key stakeholders.

3.3. Lost Kilometerage

3.3.1. For any missed Trip or Trip not completed, deductions shall be made in the followingmanner:

S.N

No.

Extent to which a Trip

is missedDeduction

Page 220: NOTICE INVITING TENDER (NIT) - AWS

115

1

A Trip, which either does notcommence or does not completeeven 25% of the kilometers for theTrip.

150% of the CYF (including payment towardsCapital, Consumables and Manpower/ OverheadCharges) payable for the Trip, in terms of Clause3.1.3 of this Appendix, will be applied asperformance deductions for the Trip.

In addition, the CYF for thelostkilometerage of the trip, in terms of Appendix-33of SCC, shall not be payable.

2A Trip, which has completed morethan 25% but less than 60% of thekilometers for the Trip.

100% of the CYF (including payment towardsCapital, Consumables and Manpower/ OverheadCharges) payable for the Trip, in terms of Clause3.1.3 of this Appendix of SCC, will be applied asperformance deductions for the Trip.

In addition, the CYF for thelostkilometerage of the trip, in terms ofAppendix-33 of SCC, shall not be payable.

3

A Trip, which has completedmore than 60% but has notcompleted 100% kilometers forthe Trip.

50% of the CYF (including payment towards Capital,Consumables and Manpower/ Overhead Charges)payable for the Trip, in terms of Clause 3.1.3 of thisAppendix of SCC, will be applied as performancedeductions for the Trip.

In addition, the CYF for the lost kilometerage of thetrip, in terms ofAppendix-33 of SCC, shall not bepayable.

DMRC will use an AVL device for the purposes of assessing the kilometerage performance of eachof the services operated under this schedule. Operated kilometerage must also be reported by theContractor on a monthly basis. The information will be set out under the headings listed below:

Name of Contractor and kilometerage code

Route to which the information relates

Week ending date to which information relates

Daily scheduled in service kilometerage derived from the working timetable

Any agreed additional Kilometers

Any agreed curtailed Kilometers

Kilometers to be operated

Lost kilometerage which the Contractor accepts is Deductible Lost Kilometeragecategorized as follows:

- Staff (s)

- Mechanical (m)

- Other deductibles (od)

Lost kilometerage which the Contractor claims is Non-Deductible Lost Kilometeragecategorized as follows:

- Traffic

- Other non-deductibles (ond)

Page 221: NOTICE INVITING TENDER (NIT) - AWS

116

Operated in service kilometerage for the week

Percentage of Kilometers operated

Any extra Kilometers operated

3.3.2. Deductible and Non-Deductible Lost Kilometerage

In exceptional circumstances, where the Contractor can demonstrate to DMRC that lostkilometerage was out of the control of the Contractor and the Trip was missed due topeculiar traffic conditions, rains, rallies, police action not specific to the Contractor, DMRCmay waive the deductions. A classification of possible ‘lostkilometerage’ causes is set out inAppendix-32I. The Contractor would need to classify ‘lost kilometerage’ according to whetherit is ‘deductible’ and therefore deemed to be within the control of the Contractor or ‘non-deductible’, caused by factors outside the Contractor’s control.

DMRC will determine the extent to which it is reasonable that none or only some of the lostkilometerage which is claimed to be non-deductible by the Contractor is Non-Deductible LostKilometerage. Such determination will be made on the grounds that the Contractor has failedto take all reasonable steps to overcome, avoid or minimize the effects of any events beyondits reasonable control.

3.4. Other Infractions3.4.1. An Incidence of sub-optimal performance and/or non-compliance of Specifications and

standards shall be referred to as an “Infraction”. The deduction for each Infraction shall bemade in terms of the table set out below:

S.No.

CategoryofInfraction

Reference Tablefor Infraction inAppendix-32J

Amount for EachInfraction forcalculatingPerformance Claim/Deduction (in Rupees)

Time to Resolve for nexthigher slab in terms of Clause3.4.4 of this Appendix(Busrelatedinfraction)

1 A Table 3.A 80/ - One day

2 B Table 3.B 300 /- Two days

3 C Table 3.C 800 /- Three Days

4 D Table 3.D 1500 /- Three Days

5 E Table 3.E 3000 /- One day

6 F Table 3.F Defined in Table 3.F One day

Note: Performance Deduction/Claim amount shall be applied even during time to resolve theinfraction (Period indicated as in above table).

3.4.2. Infractions can be identified by DMRC, a nominated person or agency based on visualchecking, electro-mechanical reviews,reports from independent agencies and data from theCentral Data Base of DMRC. DMRC shall have access to Contractor’s facilities in order tocheck such Infractions on a regular basis either through visits to the workshops/ garagescommonly used by the Contractor, or bus inspections at terminal points along the routeduring service hours.

3.4.3. The Contractor may note that the formats provided in Appendix-32C, 32D, 32E and 32H aretypical, but are subject to revision from time to time based on actual information, logistics andmonitoring requirements.

Page 222: NOTICE INVITING TENDER (NIT) - AWS

117

3.4.4. In case of non-rectification of infraction within stipulated time to resolve, any subsequentrepetition shall attract penalty of next higher slab with a ceiling of Rs. 3000 per infraction.Thereafter, it will be binding on the Contractor not to operate the vehicle till rectification of thebus related infractions.

3.5. Accidents3.5.1. Sanctions on Contractor Operating Staff

Based on information gathered through Driver Quality Monitoring, Engineering QualityMonitoring and Mystery Traveler audits DMRC reserves the right to impose specificsanctions by way of temporary suspension of operating staff of the Contractor. The length ofsuspension will be based on the type and severity of mis-conduct. The sanction could be fora maximum duration of up to the end of contract period.

3.5.2. Major or Fatal Accident Situations

In case of major or fatal accidents and collisions the Contractor shall additionally undertakethe following activities:

(a) Direct the concerned driver to undergo a refresher course and pass a skills test in IDTR orany other institute(s) prescribed by DMRC.

(b) Undergo another medical checkup for eye sight conducted by a medical board authorizedby DMRC.

(c) In the case of mechanical failure, re-certification of the bus for road worthiness based on amechanical inspection by an agency authorized by DMRC.

(d) In addition to the above measures, DMRC shall impose a cash penalty of Rs. 1,00,000(Rupees One Lakh) per fatality, in case of an accident involving a fatality. This penaltyamount shall be adjusted for CPI-IW bi-annually. This financial penalty will be withoutprejudice to any other legal action against the Contractor taken by a court of law.

3.6. Other Issues Related to Monitoring

DMRC will manage operations with suitable software including inputs from global positioningsystem (GPS) or any other appropriate system. A GPS system can track speed and collectother data. Upon request of bodies such as GNCTD/ DoT / State Transport Authority/ TrafficPolice etc., DMRC may be obliged to share information with them related to over-speeding,accidents, etc. based on data collected at the Central Data Base of DMRC. The Contractormay note that these agencies may decide to impose fines and penalties on their own basedon applicable Laws.

Page 223: NOTICE INVITING TENDER (NIT) - AWS

118

Appendix32A

QUALIFICATIONS, DUTIES AND RESPONSIBILITIES OF DRIVERS AND CONDUCTORS

A.DriversThe Contractor shall ensure that the drivers deployed by him meet the qualifications andperform duties and obligations, as laid down hereunder.

1. Qualifications of Drivers

(i) Academic qualifications for the drivers shall be minimum 12TH .

(ii) Drivers shall possess a valid HTV driving license and PSV badge valid in the NCTof Delhi.

(iii) Drivers should have a good level of overall fitness so as to be able to walk, standand sit while on duty.

(iv) Drivers should be in prescribed uniform during their shift and badges should beworn at all times.

(v) Drivers should be trained to operate on board equipment installed on the bus.

(vi) The other requirement for drivers will be same as that laid down in the MotorVehicle Act (MVA) 1988, Delhi Motor Vehicles Rules (DMVR) 1993 and STA, Delhi.

2. Duties and Responsibilities of Drivers

2.1 The Contractor shall ensure that deployed drivers shall, as a part of their duties andresponsibilities:

(i) shall perform a pre-trip inspection of the assigned vehicle;

(ii) shall behave in a civil and orderly manner with passengers, prospective passengersand all other road users;

(iii) shall be dressed in clean and specified uniform as prescribed in Permit Conditionsfor Private Stage Carriage Bus operation or as notified by STA, Delhi;

(iv) shall maintain the vehicle in a clean and hygienic condition;

(v) shall take all reasonable precautions to ensure that passengers are not endangeredor unduly inconvenienced by the presence of luggage, where luggage is carried onvehicles in addition to passengers.

(vi) in the event of bus being unable to proceed to its destination on account ofmechanical breakdown or other causes beyond the control of the driver, arrange toconvey passengers to their destination in some other similar vehicle.

(vii) shall take all reasonable steps to facilitate inspection of bus, etc conducted byauthorized officials of DMRC.

(viii) shall, on demand by any Police Officer, officer of the DMRC produce their identitycard, display his/her license or badge for inspection.

(ix) shall strictly adhere to the notified time table for arrival and departure of the vehiclefrom authorized depots and bus stands for the convenience of passengers.

Page 224: NOTICE INVITING TENDER (NIT) - AWS

119

The Contractor shall ensure that the drivers in no case shall:

(i) interfere with persons boarding or preparing to board other vehicles.

(ii) willfully deceive or refuse to inform any passenger the correct fare for their journey.

(iii) except for a good and sufficient reason, refuse to carry any person tendering thelegal fare.

(iv) except for good and sufficient reasons require any person who has paid the legalfare to alight from the vehicle before the conclusion of his/her full journey.

(v) loiter, or unduly delay any journey. The driver shall proceed to the scheduleddestination in accordance with the time table pertaining to the trip.

(vi) cause or allow anything to be placed in the vehicle in such a manner as to obstructthe entry or exit of passengers.

(vii) act as a tout or agent of any commercial establishment.

(viii) allow anybody to sit next to him/her, or distract his/her attention whilst driving .

B. Conductors

The qualification, duties, functions, conduct of conductors shall be governed by DMVR 1993, readwith permit conditions.

Page 225: NOTICE INVITING TENDER (NIT) - AWS

120

Appendix32BMONITORING OF DRIVING STANDARDS

1. IntroductionThe Driver Quality Monitoring (DQM) is an objective assessment of the standards ofdriving maintained in the provision of the Services. DQM will be undertaken by a thirdparty professional contractor (the DQM Contractor) appointed by DMRC or by DMRCitself.

2. Monitoring Objectives2.1. The objectives of DQM are to:

2.1.1 enhance the safety and comfort of passengers using the Services;2.1.2 enhance the safety of members of the public and other road users by

reducing accident rates;2.1.3 demonstrate clear commitment to continuous improvement in driving

standards on the Services with robust data;2.1.4 provide objective professional appraisals that enable the Contractor to

target its own activities to improve driving standards;2.1.5 address concerns regarding the standard of driving provided in the

provision of the Services raised through public correspondence andongoing monitoring and surveys carried out by DMRC.

3. Methodology3.1. DQM Assessors will not make themselves known to the driver and are not

empowered to suspend or instruct drivers they regard as exhibiting seriousfaults. DQM Assessors will pay the appropriate cash fare appropriate for theirjourney.

4. DQM Assessments

4.1. DQM Assessments may be undertaken by DMRC or its authorized agency where:

4.1.1. a particular route or the Contractor fail to meet DMRC’s required standards,as specified from time to time; and

4.1.2. public correspondence/complaints and/or any other source available toDMRC suggests that the Services are not meeting DMRC’s requiredstandards, as specified from time to time.

4.2. DQM Assessments may be conducted at anytime.

5. DQM Assessments – Aspects Covered and Standards

5.1. The DQM Assessors are expected to make qualified, impartial and consistentjudgment of the standard of driving experienced over a number of journeys.

5.2. The DQM Assessments are carried out under normal driving conditions and not testconditions. Each DQM Assessment will take a minimum of 20 minutes. A copy of theassessment form is attached at Appendix32B(i) of SCC.

5.3. DQM Assessors will mark the standards of driving in terms of the following aspects:

Page 226: NOTICE INVITING TENDER (NIT) - AWS

121

5.3.1. aspects of driving to be assessed:

smoothness of acceleration, braking and steering;

care in the use of speed;

speed on approach and into bus stops (and other appropriate bus infrastructure);

speed through hazards and bends;

negotiation of roundabouts, traffic lights;

position on road and lane discipline;

signaling and use of mirrors;

positioning at bus stops (and other appropriate bus infrastructure); and

distance between bus and other vehicles (moving and stationary).

5.3.2. external aspects to be noted:

apparent condition (obvious problems which would make the driver’s job harder);

prevailing light conditions (night / low winter sun, wet road, water- logged road etc.);and

weather conditions.

5.4. An overall DQM Assessment will be given using the following codes and definitions:

5.4.1. Code 1: Fully Acceptable Drive. A journey on the bus that would be perceived by apassenger as being comfortable with no unexpected sudden movements.

5.4.2. Code 2: Acceptable Drive with Minor Faults. A journey where mistakes are madeand passenger comfort is being eroded. The mistakes made are generally minorones, which can be rectified through improved application of existing skills and/ordriver training.

5.4.3. Code 3: Unacceptable Drive with a Significant Fault. A journey where a mistake wasmade that could lead to an accident and/or which would cause a significant level ofpassenger discomfort. Otherwise the drive is acceptable.

5.4.4. Code 4: Unacceptable Drive with Serious and/or Repeated Faults. A journey wherethe mistakes made are serious enough to have a high level of accident potential andpassenger comfort is being severely compromised.

5.4.5. Code 5: Unacceptable Drive with Dangerous Faults. A journey where passengers’ orother road users/members of the public, lives are being put at risk as a result of thedriver’s actions.

6. Serious Incident Procedure

6.1. Where the bus driver is considered to be under the influence of alcohol or drugs, the DQMagency nominated by DMRC will be required to report the salient details immediately toDMRC who shall then contact the Contractor to request immediate action. The Contractorshall take steps to implement such action immediately. A full report of the incident will beemailed to the Contractor within 24 hours of the DQM Assessment being carried out.

7. Driver Training and Uniform:

(a) The Contractor shall ensure that each drivers should undergo at least three (3) days oftraining in each calendar year. The data for the same should be maintained using biometric .

(b) Drivers and Office Staff Uniforms: The Contractor shall give at least 2 sets of uniforms todrivers and office staff in each year. The proof of the same shall be submitted to DMRC.Failure to provide uniforms would invite penalty as mentioned in this Appendix.

Page 227: NOTICE INVITING TENDER (NIT) - AWS

122

DRIVER ASSESMENT FORMAPPENDIX-32B(i)

Overall assessment

Code 1 = Fully acceptable Code 3 = Unacceptable with significant faults

Code 2 = Acceptable with minor faults Code 4 = Unacceptable with serious/repeatedfaults

Code 5 = Unacceptable with dangerous faults

Passenger volume Traffic condition

Passenger comment Driving comments

Date Destination

Time On Time Off

From Bus Reg. No.

To Operator

Route No. Weather

Stopping – smoothly Move off – safely

Stopping – position Move off – control

Door operation Use of all mirrors (MSM)

Moving off – timing Give signals

Moving off – smoothly Reaction to signals

Comfort – braking Stopping safely

Comfort – acceleration Lane discipline

Comfort – cornering Road position

Anticipation Roundabouts

Safety Keep distance

Customer service Adequate clearance

Dress Use of speed

Busy Average Quiet Busy Average Quiet

Revisit

122

DRIVER ASSESMENT FORMAPPENDIX-32B(i)

Overall assessment

Code 1 = Fully acceptable Code 3 = Unacceptable with significant faults

Code 2 = Acceptable with minor faults Code 4 = Unacceptable with serious/repeatedfaults

Code 5 = Unacceptable with dangerous faults

Passenger volume Traffic condition

Passenger comment Driving comments

Date Destination

Time On Time Off

From Bus Reg. No.

To Operator

Route No. Weather

Stopping – smoothly Move off – safely

Stopping – position Move off – control

Door operation Use of all mirrors (MSM)

Moving off – timing Give signals

Moving off – smoothly Reaction to signals

Comfort – braking Stopping safely

Comfort – acceleration Lane discipline

Comfort – cornering Road position

Anticipation Roundabouts

Safety Keep distance

Customer service Adequate clearance

Dress Use of speed

Busy Average Quiet Busy Average Quiet

Revisit

122

DRIVER ASSESMENT FORMAPPENDIX-32B(i)

Overall assessment

Code 1 = Fully acceptable Code 3 = Unacceptable with significant faults

Code 2 = Acceptable with minor faults Code 4 = Unacceptable with serious/repeatedfaults

Code 5 = Unacceptable with dangerous faults

Passenger volume Traffic condition

Passenger comment Driving comments

Date Destination

Time On Time Off

From Bus Reg. No.

To Operator

Route No. Weather

Stopping – smoothly Move off – safely

Stopping – position Move off – control

Door operation Use of all mirrors (MSM)

Moving off – timing Give signals

Moving off – smoothly Reaction to signals

Comfort – braking Stopping safely

Comfort – acceleration Lane discipline

Comfort – cornering Road position

Anticipation Roundabouts

Safety Keep distance

Customer service Adequate clearance

Dress Use of speed

Busy Average Quiet Busy Average Quiet

Revisit

Page 228: NOTICE INVITING TENDER (NIT) - AWS

123

Appendix32CDAILY CHECK LIST OF EACH BUS IN A CLUSTER

S.No. Bus No. TimeClean/

WashedSwept/

CleanedExterior &Interiorlights in working

order

No Visible dent(s) /scratch (more than 6

inches)

All safetyglassesintact

Equipment inworking order

No unauthorizedposters pasted on

bus insideoroutside

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

Page 229: NOTICE INVITING TENDER (NIT) - AWS

124

List of operational parameters

• Driving Quality:• Driving speed• Stoppage at a bus-stop• Distance between bus and curb at bus-stop• Non-scheduled stoppages (coupled with door opening)• Violations of traffic rules (lane driving, jumping signals, over-speeding)

• Bus Frequency• Average/max and min duration between the arrival of two buses at the stops of high- frequency routes• Time of departure of the first trip from starting point of the route.• Expected Vs. actual arrival/departure times at and from the first and stipulated bus-stops respectively for low

frequency bus routes• Kilometerage Information

• Number of completed and incomplete journeys• Journey Experience

• Route taken (deviation from standard)• Journey duration• Number travelled in that journey,• Average , max, min boarders, de-boarders per stop en route

• Miscellaneous Details:• Ticketing options used – split between the modes (AFC, ETM, Emergency failover system)

Page 230: NOTICE INVITING TENDER (NIT) - AWS

125

Appendix32D

Daily Bus Operation DataCluster no.:Contractor code:Date :

S. No. RouteNo.

DutyNo. Bus No. Driver

No.

Trips Kilometers

No. ofServiceHours

No. of tripoperated late

(outsidetolerance limits)

Details ofBreakdown if

any(Time, Type

Code)

Details ofaccident if

any(Time, Type

Code)

Remarks,If AnyScheduled Operated Missed Scheduled Operated Missed

Non-deductib

le, ifAnywith

details(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12)

Page 231: NOTICE INVITING TENDER (NIT) - AWS

126

Appendix32EBus Maintenance Data

S. No. Bus No. Maintenance due on(Kms)

Maintenance carriedout on (Kms)

Whether carried out atauthorized service centre

Entry No. in BusMaintenance log book

(1) (2) (4) (5) (6) (7)

Page 232: NOTICE INVITING TENDER (NIT) - AWS

127

Appendix-32FOPERATIONAL GUIDELINES

1. Incident Reporting

1.1. Incident Reporting

DMRC needs to maintain the records of all incidents, which will be used for monitoring andinvestigation purposes. The Contractor will need to maintain the data of all incidents includingthese:

Resulting in damage to the bus, third party vehicles or inanimate objects;

Causing injury to bus passengers, bus crew or members of the public (including assaults)or animate objects; or

Which could be considered to have safety implications (such as mechanical failure, fire,wheel loss etc.); and

Traffic accidents and vandalism.

1.2. Immediate Reporting of Serious Incidents

1.2.1. The Contractor shall inform DMRC immediately on telephone, online bus communicationsystem or any other available mode of communication, any of the following in so far as theyrelate to the provision of the Services:

All incidents resulting in a fatality, or major injury or requiring medical attention;

Robberies and assaults on passengers or staff;

Low bridge/flyover strikes or other limited headroom obstructions;

Fire on vehicles;

Collisions resulting in any injury;

Vandalism and public disorder (both on and off service vehicles);

Safety critical bus failures (including wheel loss, brake failure or power surge); and

Any incident of a like nature or that is likely to attract media attention.

1.2.2. The Contractor shall send information immediately to DMRC after an event referredto in above Para has taken place, with the following information:

Route number;

Date, time and location of incident;

Bus Registration No;

A brief description of the incident;

Details of any injuries sustained;

Details of Police Case; and

Any other information that may be required from time to time.

1.2.3. The Incident Report Form must be completed and submitted to OCC at the earliestopportunity.

Page 233: NOTICE INVITING TENDER (NIT) - AWS

128

1.2.4. The Contractor may be required to submit additional incident investigation reports asrequired by DMRC.

1.3. Weekly Reporting of Other Incidents

A full report for “other” incidents; i.e. those that do not fall under the definition of “serious”incidents, shall be reported as soon as is practically possible having regard to the reportingrequirement as given above.

2. Standard Guidelines for attending & dealing with on-the-Road Accidents/IncidentsInvolving Buses, Passengers &/or Staff

2.1. Introduction

This section defines the respective responsibilities of the Contractor and DMRC inresponding to and dealing with on-the-road accidents and other incidents actually involvingbuses, passengers and staff, and the effects of such accidents/incidents.

2.2. It is the primary responsibility of the Contractor, their staff and officials, to deal with the actualincidents. The Contractor must ensure that there are adequate resources and/or training oftheir own staff, in order that they can deal with these incidents including obtaining andreporting information to meet both the Contractor’s and DMRC’s requirements.

2.3. The Contractor needs to ensure that appropriate action is taken to minimise the effects onpassengers, the Services and any other services operated under contract with or byAgreement of DMRC. This includes arranging the transfer of passengers to any othersuitable alternative Buses.

2.4. The Contractor should fill the Incident Report Form and submit it to DMRC at the earliest.

2.5. The Contractor should not give interviews or comments to the media. If specifically asked forcomments on the incident, the Contractor will refer the enquiry to the DMRC.

Page 234: NOTICE INVITING TENDER (NIT) - AWS

129

INCIDENT REPORT FORM

SECTION A (USE SEPARATE SHEET FOR ADDITIONAL INFORMATION OR CONTINUEOVERLEAF)

Signature No: Date: TIME: _

Brief Details of Incident:

Damage Description:

Include All Vehicles/Infrastructure Involved

Details of Persons Injured:

Include Name and Address/AgeSex/Injury

Address: Contact No. ifavailable

Operator: Depot: Route

Number: Bus Registration NO:

Nature of Incident: (Major/Minor/Fatality)

Date of Incident: Time of Incident:

Location (including Road/Junction/Postcode):

Page 235: NOTICE INVITING TENDER (NIT) - AWS

130

SECTION B (USE SEPARATE SHEET FOR ADDITIONAL INFORMATION ORCONTINUE OVERLEAF)

Time Arrived at Scene:

Destination of bus: Travelling From: To:

Estimated Speed: Fleet Number: Hospital Used: Driver

Name: PSV Badge:

Conductor Name: Badge no:

In the vicinity of: pedestrian crossing/traffic lights/passenger queue/stopping place/miniroundabout/other road junction/bus lane

Police Station Jurisdiction: Did Police Witness Incident?: FIR NO if applicable

Details of Other Witnesses: contact no. if available

Page 236: NOTICE INVITING TENDER (NIT) - AWS

131

Appendix32G

TICKETING AND TICKETING EQUIPMENT

1. Introduction

DMRC may plan to implement an Automatic Fare Collection System (AFCS) on all stage carriagebuses in Delhi. In the proposed AFCS, commuters will use Contactless Smart Cards for payment offare in buses. In addition, for non-Smart Card holder passengers, there will be other ticketingoptions, which may include Electronic Ticketing Machines (ETMs). DMRC shall select an agency(ies) to supply, install, maintain and operate the AFCS System (“Service Provider for AFC System”).After selection of AFCS Provider, detailed guidelines and operating procedures will be formulatedwith respect to AFCS and intimated to the Contractor.

DMRC shall arrange to supply the Contractor with the ticketing equipment which may include thefollowing, for the use by the Contractor in operating the services (“Ticketing Equipment”). DMRCshall determine the quantities of each item of equipment that will be supplied from time to time.

Item Main Function

Electronic Ticket Machine

(ETM)

For issuing tickets against cash

ETM Charger For charging the ETM on bus

Smart Card Validator (SCV) Required to validate Smart Cards on bus.

Drivers Module For collecting the transaction data and transferring fare tableand configuration data

Depot Computer (withPrinterand UPS)

To store and transmit data between the equipment on thebuses and the central system.

Communication Module For transfer of data between buses and Depotcomputer

Smart Card Contactless Smart Card

2. Ticketing Equipment and Emergency Ticket Packs

2.1. DMRC or its nominated service provider shall supply to the Contractor such TicketingEquipment and Emergency Ticket Packs in such volumes and of such type as DMRC in itsreasonable opinion considers necessary for the Contractor to operate the services. TheTicketing Equipment and Emergency Ticket Packs shall remain the property of DMRC andthe Contractor shall not in any way act or refrain from acting in any way which may impair oraffect DMRC’ or its nominated service provider (as the case may be) access to suchTicketing Equipment and/or Emergency Ticket Packs.

2.2. The type of Ticketing Equipment and/or Emergency Ticket Packs supplied pursuant to Para2.1 may change from time to time and the Contractor shall co-operate fully with DMRC and

Page 237: NOTICE INVITING TENDER (NIT) - AWS

132

its nominated service provider in respect of the introduction of any new types of TicketingEquipment and/or Emergency Ticket Packs.

2.3. DMRC shall arrange to install the Ticketing Equipment in buses and issue, or DMRC mayarrange for the issue of other Ticketing Equipment and Emergency Ticket Packs at a locationnamed by the Contractor.

2.4. The Contractor shall not without the prior written consent of DMRC use the TicketingEquipment or the Emergency Ticket Packs for any purposes other than for the provision ofbus services on behalf of and under contract to DMRC.

2.5. The Contractor shall not without the prior written consent of DMRC use other types of ticketissuing and/or pass recording equipment for the purposes of operating the services or for anypurposes associated therewith.

2.6. The Contractor shall, in no case, remove or tamper with the Ticketing Equipment installed onbuses and Depots.

2.7. Except as otherwise specifically authorized, all installation, removal and maintenance of theTicketing Equipment shall be undertaken by DMRC or its service provider at DMRC’sexpense. The Contractor shall permit DMRC or its nominated service provider, access to theContractor’s vehicles at all reasonable times for the purposes of installation or removal ofTicketing Equipment and for the purposes of servicing, maintenance or repair of TicketingEquipment.

2.8. The Contractor shall permit DMRC or its nominated service provider to do such works as arenecessary to carry out the installation on or removal of Ticketing Equipment from theContractor’s vehicles. DMRC shall ensure that all such works shall be done with reasonableskill and care.

2.9. The Contractor shall ensure that Ticketing Equipment is made available to DMRC or itsnominated service provider for the purposes of servicing, maintenance or repair as and whenrequired by DMRC or requested by the Contractor.

2.10. All vehicles used in the operation of the services shall be fitted with the Ticketing Equipmentprovided pursuant to Para 2.1.

2.11. In case, the Contractor intends to withdraw any vehicle from the operation, the Contractorshall apply to DMRC, a minimum of 1 (one) week prior to the date of withdrawal, for removalof any Ticketing Equipment from such vehicle.

2.12. The Contractor shall be responsible for the safe-keeping of the Ticketing Equipment andEmergency Ticket Packs unless they are in the possession of DMRC or its nominated serviceprovider (not being the Contractor) and any costs incurred or revenue potentially lost as aresult of loss or misuse of the Ticketing Equipment and/or Emergency Ticket Packs shall bepaid to DMRC by the Contractor.

2.13. The Contractor shall operate the Ticketing Equipment and take such steps as are necessaryto keep it in good working order in accordance with instructions and procedures issued byDMRC or its nominated service provider to the Contractor from time to time.

2.14. The Contractor shall make use of the Emergency Ticket Packs in accordance with theprovisions of Para 6.0.

2.15. In case any Ticketing Equipment which is lost or damaged by reason of the Contractor, itsemployees, contractors or agents:

2.15.1. carrying out any modification, adjustment, repair or maintenance of the TicketingEquipment without the prior written consent of DMRC;

2.15.2. tampering or interfering with or applying any attachments to the Ticketing Equipmentwhich have not been authorised by DMRC;

Page 238: NOTICE INVITING TENDER (NIT) - AWS

133

2.15.3. failing to install the parts of the Ticketing Equipment for which it has responsibility forinstallation in a proper and careful manner;

2.15.4. failing to look after or to keep the Ticketing Equipment securely;

2.15.5. failing to use the ticket rolls and/or other material supplied by DMRC, in the mannerprescribed by DMRC from time to time;

2.15.6. subjecting the Ticketing Equipment to unusual physical or electrical stress; or

2.15.7. failing to exercise due skill and care in handling the Ticketing Equipment orneglecting or misusing the Ticketing Equipment

The same shall be repaired or replaced at the expense of the Contractor or, if DMRCrequires, the Contractor shall pay to DMRC a sum equal to the full replacement value ofsuch Ticketing Equipment.

2.16. Upon expiry or termination of the Agreement, the Contractor shall immediately return allTicketing Equipment and Emergency Ticket Packs supplied hereunder to DMRC. If theContractor fails to return the Ticketing Equipment and/or Emergency Ticket Packs, DMRC orits nominated service provider shall have the right to enter the Contractor’s premises andvehicles to recover the same. The Contractor shall pay to DMRC a sum equal to the fullreplacement value of any such Ticketing Equipment not returned to or recovered by DMRCand, in the case of Emergency Ticket Packs a sum equal to the total value of the contents ofthe same as if the Emergency Ticket Pack had not been opened and no tickets issued from itin respect of any Emergency Ticket Pack not returned to or recovered by DMRC.

3. Ticket Rolls and Other Material

3.1. DMRC or its nominated service provider shall supply to the Contractor ticket rolls and othermaterial (viz. consumables, spares), as may be required to operate/use Ticketing Equipment,in such volumes and of such type and at such frequencies as DMRC in its reasonableopinion considers necessary for the Contractor to operate the services.

3.2. The Contractor shall not without the prior written consent of DMRC use the ticket rolls and/orother material supplied pursuant to Para 3.1 for any purposes other than for the provision ofthe services.

3.3. The Contractor shall not use the ticket rolls and/or other material other than those providedby DMRC or its nominated service provider for the purposes of operating the services.

3.4. The Contractor shall be responsible for the safekeeping of the ticket rolls and other materialunless they are in the possession of DMRC or its nominated service provider (not being theContractor) and any costs incurred as a result of loss or misuse of the ticket rolls or othermaterial shall be paid to DMRC by the Contractor.

3.5. Upon expiry or termination of the Agreement the Contractor shall immediately return allunused ticket rolls and other material supplied hereunder to DMRC. If the Contractor fails toreturn the ticket rolls and/or other material, DMRC shall have the right to enter theContractor’s premises to recover the same. The Contractor shall pay to DMRC a sum equalto the full replacement value of any such ticket rolls and/or other material not returned to orrecovered by DMRC.

4. Information and Data From Ticketing Equipment

4.1. The Contractor shall provide and make available to DMRC or its nominated service providerall passenger journeys, revenue receipts, ticket issued and other data in agreed electronicformats.

Page 239: NOTICE INVITING TENDER (NIT) - AWS

134

4.2. The Contractor shall provide to DMRC any such information in respect of passenger journey,revenue receipts and ticket issue as DMRC may reasonably require from time to time.

4.3. DMRC shall have the rights to audit revenue data and the rights associated therewith.

5. Rights of Access to and Audit of Revenue Data

5.1. The Contractor shall maintain systems which accurately record and control the Contractor’shandling of fares revenue and payment of the same to DMRC, Ticketing Equipment,Emergency Ticket Packs and any other equipment or items provided by DMRC or itsnominated service provider to the Contractor for the provision of the services as follows:

5.1.1. the Contractor’s allocation of Ticketing Equipment and Emergency Ticket Packs tovehicles and/or staff;

5.1.2. the location of Ticketing Equipment and Emergency Ticket Packs and other itemsprovided by DMRC or its nominated service provider;

5.1.3. duties worked against receipts paid in by duty;

5.1.4. ticket sales information to cash paid in reports;

5.1.5. the Contractor’s procedure for dealing with paying in irregularities (e.g., more or lesscash being paid in that is being accounted for on the Ticketing Equipment); and

5.1.6. the Contractor’s procedure for ensuring that all on-bus fares revenue collected on theservices is paid to DMRC and shall undertake regular checks of these systems inorder to test their effectiveness and put in place such measures as are necessary toeliminate any shortfalls in these areas.

5.2. The Contractor shall provide to DMRC details, as required, (including full documentation) ofthe systems adopted in accordance with the requirements of Para5.1 and any other datasecurity procedures adopted by the Contractor to maintain accurate and reliable records ofsales information. DMRC shall have the right to audit all such systems.

5.3. The Contractor shall at its own expense comply with any reasonable recommendations ofDMRC in relation to amendment or implementation of procedures relating to the above.

5.4. The Contractor shall keep all records relating to revenue including a receipt for each dutyoperated or in the absence of this a ticket machine waybill for each duty operated for aminimum of 6 (six) months, all data from the Ticketing Equipment for a minimum of 12(twelve) months, all accounting records for the period of 5 years, provided that if data,records or information shall fall into more than one of the aforementioned categories suchdata, records or information shall be kept for the longer period indicated.

5.5. DMRC shall have a right of access, on giving reasonable notice, to the Contractor’s premisesin order to exercise the rights of audit set out in Para 5.1 and 5.2 and in order to inspect faresrevenue receipt information, Ticketing Equipment, Emergency Ticket Packs and any otherequipment or item provided by DMRC or its nominated service provider to the Contractor andany other accounting records or supporting information kept by the Contractor relating to theprovision of the services.

5.6. DMRC shall have the right to take copies of such records and information referred to in Para5.1 as are necessary in connection with any audit carried out pursuant to Para 5.1 and 5.2.The Contractor shall allow copies to be taken on its copying equipment at no cost to DMRC.

5.7. In the case of Ticketing Equipment, Emergency Ticket Packs and any other equipment oritems provided by DMRC or its nominated service provider to the Contractor, DMRC reservesthe right to instruct the Contractor to carry out its own audit of this equipment and items insuch form as DMRC may reasonably request and provide the results of such audit to DMRC.

6. Fare Collection Arrangements and Ticket Checking

Page 240: NOTICE INVITING TENDER (NIT) - AWS

135

6.1. The Contractor shall ensure that its drivers and other staff as appropriate carry out andcomply with the following procedures (as amended from time to time by DMRC).

6.2. Emergency Ticket Packs

6.2.1. The Contractor shall ensure that on commencement of duty the driver will haveissued to him/her an Emergency Ticket Pack which bears a uniquely identifying serialnumber.

6.2.2. In the event of the ticket machine becoming inoperable during the duty theEmergency Ticket Pack will be opened and the tickets issued in lieu of tickets fromthe ticket machine. Each Emergency Ticket Pack ticket is individually numbered anddenotes a value.

6.2.3. The Emergency Ticket Pack will contain a waybill which must be completed in fullshowing details of the tickets issued and at the end of the duty the Emergency TicketPack (complete with unused tickets) and the waybill shall be handed in by the driverat the Depot.

6.2.4. The Contractor shall check the completion of the waybill and shall return all part usedEmergency Ticket Packs and the accompanying waybills to DMRC, or where notifiedto its contractors or agents each week.

6.2.5. The used Emergency Ticket Pack will be replaced by DMRC or where notified itscontractor or agent with a uniquely serial numbered new Emergency Ticket Pack.

6.2.6. All monies collected or received by the Contractor as a result of the use ofEmergency Ticket Packs shall be paid to DMRC by the Contractor

7. Re-issued Tickets

7.1. Under no circumstances, whatsoever, used or withdrawn tickets may be re-issued. Driversmust not have used tickets in their possession at any time.

Page 241: NOTICE INVITING TENDER (NIT) - AWS

136

Cluster no.:Contractor code:Date :

LIST OF STATUTORY CERTIFICATIONSAppendix-32H

S. No. BusNo.

COF PUCC CNG Leakage TestDetails Insurance Details Road Tax

DetailsCertificate No.

Date ofIssue

Validupto

Certificate No.

Date ofIssue

Validupto

Certificate No.

Date ofIssue

Validupto

PolicyNo.

Date ofIssue Type Valid

UptoReceipt No. DateValidity Month

(1) (2) (3) (4) (5) (6) (7)

Page 242: NOTICE INVITING TENDER (NIT) - AWS

137

Appendix32I

LOST KILOMETERAGE CLASSIFICATION & CAUSES - DEDUCTIBLE AND NON-DEDUCTIBLE

1. Staff (Deductible)

1.1. In service kilometerage not operated due to staff causes may include (but is not limited to):

1.1.1. Insufficient staff to cover the service including shortage, sickness or absence,industrial action etc.

1.1.2. Sickness on duty (part loss).

1.1.3. Suspension of driver or conductor (without replacement).

2. Mechanical (Deductible)

2.1. In service kilometerage not operated due to mechanical causes may include (but is notlimited to):

2.1.1. Insufficient buses to cover the service.

2.1.2. Non-serviceable bus.

2.1.3. Breakdowns en-route.

3. Other Deductible

3.1. In service kilometerage not operated due to something over which the Contractor has anelement of control but which is not covered by staff or mechanical causes may include (but isnot limited to):

3.1.1. Staff error or unauthorised curtailments by staff.

3.1.2. A bus blocked in the depot and unable to depart on time.

3.1.3. A bus running out of fuel en-route.

3.1.4. Where a bus in service has to be withdrawn due to a defective radio.

3.1.5. Where the reason for the lost Kilometerage is unknown or is in doubt.

4. Traffic (Non-Deductible)

4.1. In service kilometerage not operated due to traffic causes may include (but is not limited to):

4.1.1. Curtailments or lost journeys arising from the effect of traffic congestion whatever thecause.

4.1.2. Losses arising from staff being late in reaching changeover points must not beincluded unless it can be shown that the staff left the garage on time and that theallowed running time from garage to changeover point is adequate under normalcircumstances.

4.1.3. Losses arising from road traffic accidents involving the Contractor’s vehicle.

5. Other Non-Deductible

5.1. In service kilometerage not operated due to something beyond the Contractor’s reasonablecontrol but which is not covered by traffic causes may include (but is not limited to):

5.1.1. Incidents

Any kilometerage losses resulting from incidents reportable to OCC (as defined inIncident Reporting).

Page 243: NOTICE INVITING TENDER (NIT) - AWS

138

Non-deductible losses apply only to the day the incident occurred and should not exceed theremainder of the duty in question unless exceptional circumstances are explained. For road trafficaccidents or vandalism whilst in service it must be demonstrated that action was taken as quicklyas possible to render the vehicle(s) fit for service Evidence must be readily available to show thenumber of vehicles affected, incident times, the extent of the damage, engineers action etc.

5.1.2. Disasters

Where a major occurrence requires a fundamental change to the planned operation, for exampleaccidents or explosions.

Losses arising from traffic congestion caused by these events will be classified as non-deductible.

5.1.3. Road Closed/Blocked

Where vehicles are ‘turned back’ or prevented from completing part of the route, for examplesecurity alerts, diversions, or roads blocked.

Losses arising from traffic congestion caused by these events should be classed as non-deductible.

Page 244: NOTICE INVITING TENDER (NIT) - AWS

139

Appendix-32J

CATEGORY WISE LIST OF INFRACTION

Table 3.A : Category A InfractionS. No. Description of the infraction

Safety

1 Damaged/Missing window safety guard rails

2 Loose electrical wiring/ tampering with electrical wiring harness

3 Missing, expired or unspecified medicines in the first aid box or kit

4 Lack of specified fire extinguishers, empty or partially empty fire extinguishers thatarebeyond the date of expiry, or do not specify the expiry date.

5 Defective, damaged, or an otherwise inoperative wheelchair ramp.

6 Damaged floor, steps, hatches, or hatch covers inside the bus

7 Missing, damaged, or loosely hanging rub rails, hand grab rails, and hand holds

8 Missing, broken, or loosely hanging, seat belts, or wheel chair anchorages

9 Missing, non operative, or blackened saloon lights, indicator lights, wiper system,wiperblades, prescribed horn and any indicating instruments (per item)

10 Fixing any additional lights, gadgets, guards, fixtures, etc. on the exterior of the busincontravention to the Applicable Laws.

11 Fitment of radio, music system, or any other gadgets inside the bus in contraventionto theApplicable Laws.

Operations

12 Not stopping at authorized bus stops on the Route.

13 Delaying operation of Stage Carriage Services without cause.

14 Parking vehicles in stations against permitted rules and regulations.

15 Driver smoking while on board the bus.

16 Picking and dropping passengers at unauthorized bus stops.

Quality

17 To operate vehicle with visible dents that are more than 6” in depth.

18 Oil spillage on wheel rims, hubs, tyres, etc.

19 Discoloration, peeling paint, or unpainted repair work inside the bus or on any of its items.

Page 245: NOTICE INVITING TENDER (NIT) - AWS

140

Table 3.B : Category B InfractionS. No. Description of the infraction

Safety

1 Running the bus with a lux level less than 70 in the saloon area

2 To operate with defective front, side and/or back brake lights

3 Section of handrail loose or with sharp edges

4 Inadequate operation of passenger access doors, either due to damage or incorrectoperationwhich affects the boarding and alighting of passengers

5 Defective, emergency exits and hatches or damaged or bent bumpers

6 Not adhering to required staff training schedules and programs.

Operations

7 Removal of catalytic convertor or running the bus without a working catalyticconverter, or notreplacing the catalytic converter when required

8 Not carrying a Passenger Complaint Book or a refusal to give the PassengerComplaint Bookon demand to a passenger or a DMRC’ representative

9 Parking Stage Carriage Buses in places other than those prescribed by DMRC

10 Deviating from the route of a service without the prior authorization or instruction ofDMRC/Police without due cause

11 Not assisting wheel-chair passengers and the mobility impairedinboarding/alighting/anchoring their wheel chair, or in accessing and egressing from the bus.Refusing to provide all necessary support to the mobility impaired.

12 Failed to provide uniform to drivers in terms of para 7 of Appendix32B of thisSchedule.

Quality

13 Dirty vehicle, outside or inside, at the beginning of the journey

14 Damaged, broken, loosely fitted, or missing passenger seats

15 Display of incorrect passenger route information, inadequately lit or illegible displayofpassenger information at any of designated locations for displaying passenger informationon the bus

16 Not complying with Pollution Control Norms and/ or allowing the vehicle to emit ahigh levelof visible exhaust (smoke).

17 Display of slogans, posters on the bus without prior approval of DMRC.

Page 246: NOTICE INVITING TENDER (NIT) - AWS

141

Table 3.C: Category C InfractionS. No. Description of Infraction

Safety

1 To reduce the percentage of visual transmission of lights of safety glasses beyondnormal asprescribed in Rule 100(2) of CMVR

2 To drive with lights off in the saloon area and/or destination boards after lighting uptime

3 Use of unauthorized electronic equipment by the driver while driving (Cell Phones,Walkmanetc.)

4 Causing minor road accidents

5 Violation of any of the legal requirements related to registration, operation andmaintenanceof the buses

6 Fitment of an Air Pressure Horn

7 Driving the bus in a defective condition, running out of fuel en-route

8 Non-maintenance of vent piping meant for allowing leaked gases to escape.

Operations

9 Operating unauthorized trips such as trips which do not form part of the Schedule

10 Tampering On-board Equipment

11 Driver quarrelling with passenger(s) or road users or otherwise ill treatingpassengers orother road users.

12 Operational staff working beyond authorized working hours permitted underApplicable Laws.

13 Use of drivers without proper registration

Quality

14 To use or modified colors and designs of the external paintwork of the vehicleoutside thestandards parameters as notified by Transport Department, GNCTD

15 To place advertising material not authorized by DMRC or to infringe regulationsregardingadvertising material in vehicles

Table 3.D : Category D InfractionS. No. Description of the infraction

Safety

1 Damaged, or over worn tyres, poor quality retreading of tyres, poorly inflatedtyres etc.

2 Causing Major road accidents.

Miscellaneous - Contractual Compliances

Page 247: NOTICE INVITING TENDER (NIT) - AWS

142

3 Failure to deliver incident information on time, as required by DMRC as specified in theAgreement

4 To refuse to accept the visits of DMRC inspectors or authorized representatives. Tohide information or to provide partial or erroneous information.

5 To implement administrative and accounting practices which impair the reliability of theaccounting and financial information which the Contractor is requiredto keep inaccordance with this Agreement.

6 To transfer title of any Bus without prior written authorization of DMRC.

7 Failure to provide adequate information to DMRC/ Police in relation toaccident/s, injury topersons, damage to public / third party property

8 Employing staff who do not meet Permit Conditions

9 Misinformation or an attempt to hide anti-social incidents on the bus or accidentsen-route

10 Driver carrying weapons/arms of any kind on board the bus/ on person while on duty

Table 3.E : Category E InfractionsS. No. Description of the infraction

1 Over speeding, rash driving (driving bus beyond prescribed speed limit asnotifiedfrom time to time)

2 Driving drunk on duty or driving the bus while in a drunken state

3 Tampering of speed governors

4 Jumping red lights, stopping the bus beyond the stop line at traffic signals

5 Deviation from authorized routes.

Category F Infractions

Table 3.F: Details of Infractions, which shall be measured on the basis of random sample checksconducted by DMRC’ authorized officials.

S. No. Description of the infraction

1F Driver not wearing prescribed dress, badges, shoes, etc

2F Dirty vehicle, outside or inside at the beginning of the journey.

3F Not carrying a valid driving license, identity card or driving authorization, etc.

4F Not carrying the correct vehicle registration certificate, vehicle insurance,PUCC, anyother prescribed document, etc

5F Broken side, front or back window, glasses or wind screen glasses

6F Defective, damaged electronic PIS

Page 248: NOTICE INVITING TENDER (NIT) - AWS

143

The deductions and the incentives for the above performance standards will be as per the following:Average Score per bus Incentive / Deduction for the fleet

Less than 1 Incentive of Rs. 500 X No. of total buses in the cluster

1 or more, less than 2 Incentive of Rs. 100 X No. of total buses in the cluster

2 or more, less than 4 Penalty of Rs. 200 X No. of total buses in the cluster

4 or more Penalty of Rs. 500 X No. of total buses in the cluster

Checking Modalities:

The performance of the Contractor shall be evaluated on monthly basis, at the discretion of DMRC. Inorder to measure the performance of the Contractor on the above parameters, sample checks shall beconducted by DMRC’ authorized officials on a random basis at least one random check shall be carriedduring the month. However DMRC reserves the right to conduct, more than one check during any givenmonth, in which case the average of all checks conducted during the month shall be considered. In case,due to any reason, no check is carried out during a month, no incentive or deduction shall be applicable.

Each bus that is checked shall be assigned a score on a scale from 0 to 6 (0 being Very Good and 6being Very Poor) based on infractions observed during the checks. The average score shall be computedfor all the buses checked during the fortnight. The incentive and deduction for the fleet shall be computedand applied during the fortnight, as per the applicable slab.

Example: A Contractor holds a fleet of 80 buses. Every fortnight, 8 buses shall be checked on randombasis for infractions mentioned in Table 3F. Each bus will be ranked for each infraction on a scale from 0 to6. Let the score obtained by each bus for various infractions are the following:

Bus 1 Bus 2 Bus 3 Bus 4 Bus 5 Bus 6 Bus 7 Bus 8

Infraction 1F 0 1 0 1 1 0 1 0

Infraction 2F 0 1 0 1 1 0 1 0

Infraction 3F 0 0 0 1 1 0 1 0

Infraction 4F 1 0 0 1 1 0 0 1

Infraction 5F 1 1 0 1 1 0 0 1

Infraction 6F 0 0 0 0 1 1 1 0

Total 2 3 0 5 6 1 4 2

The total score for all the buses checked is 23. The average score per bus is 23 divided by 8 (No. ofbuses checked) i.e. 2.9. The deduction applicable for the month shall be 200 multiplied by the totalnumber of buses in the fleet i.e. 80, which works out to Rs. 16,000.

Page 249: NOTICE INVITING TENDER (NIT) - AWS

144

Appendix32K

COMPLIANCE FORMAT

S.N

Model N

o.

Chassis N

umber

Engine Num

ber

RegistrationDetails

FitnessDetails

PermitDetails

Insurance Road Tax PUCC Detail CNGLeakage

Regn.

Num

ber

Regn. D

ate

Cer

Certificate

No

Dateof

issue

VaValid Till

Permit N

o.

Valid T Valid Till

Policy Policy No.

Date of

Issue

Valid Till

Ins Co

Ins. Co

Receipt

Num

ber

Date of

issue

Road Tax

Valid till

ReceiptN

o.

Date of

issue

Validity

Receipt N

o

Date of

issue

VValidity

Page 250: NOTICE INVITING TENDER (NIT) - AWS

145

PAYMENT OFCYF Appendix33Refer:1,24,31.2 of SCC

(a) DMRC shall release to the Contractor, the amount calculated according to the CYF for the StageCarriage Services provided for the month under consideration (“Payment Month” or“PM”).

(b) For each Payment Month, CYF shall be based on the volume of services provided, subject toPerformance Adjustment, services provided as additional/extra Services, if any.

Payment shall be made on the following dates (“Payment Date/s”), based on the monthlyinvoice raised by the Contractor, at least 10 days prior to the Payment Date:

S/N Payment Date Amount of CYF1. 15th day of the month 40% of estimated payment for the Month

2. 30th or 31st day of themonth 40% of estimated Payment for the month

3.Before 10th day of monthsucceeding the paymentmonth

Balance 20% payment for the month subject to: -(i) PerformanceAdjustment,(ii) Plus -payment of additional/extra services, if any ,and(iii) Minus – Payment alreadymadeat S.N 1.& 2. above

Note:i.) However,incasewhereitisfoundthattheContractorisunlikelytomeet Performance

Standards, DMRC has the right to withhold payment set out at Sr.No.1and2above.InsuchcaseentirepaymentshallbemadeonthePayment Date set outat Sr. No. 3above.

ii.) Inaddition,GoodsandServicesTax(GST)andanyapplicablesurchargesor cess on it,if any shall bepaid.

iii.) In case 15th day of PM or 30th/31st day of PM is a bank holiday/ Gazettedholiday in the government, the payment will be released next day.

iv.) Along with the invoice the Contractor shall submit the duly filled up ComplianceFormat in terms of Appendix-32K of this SCC.

v.) The final payment will be released within 10 days from date of receipt of Invoicewith compliances.

vi.) No interest will be payable on account of delay in release of payment.vii.) The assured km will be 148 per bus per day.

1.2.1(a) Payment for PM for Year 1 is CYOF / 12 and for succeeding years, Payment for PM

shall beCYF/12.(b) Performance Adjustments shall be made at payment set out at Sr. No. 3 of Para1.2

of CYF Release Schedule of this Appendix.(c) Adjustment for electricity shall be made at payment set out at Sr. No. 3 of Para1.2 of

CYF Release Scheduleof this Appendix.

1. 1.0 Calculation of CYF

1.1 1.1 CYFRelease

1.2 1.2 CYF Release Schedule

Page 251: NOTICE INVITING TENDER (NIT) - AWS

146

(d) Adjustment based on CPI shall be made only twice a year i.e. based onMarch 31and September 30 CPI values. No adjustment for change in CPI in the interveningperiod shall bepayable.

Note: All the following calculations will be calculated based upon Appendix-33Aof this Schedule

Payment for PM =

Consolidated Year One Fare (CYOF) for each Component divided by 12 (i.e., no of months) = X

Minus

Performance Adjustment (Performance Deduction – Performance Incentive) = Y

Plus

Payment foradditional services/extra services if any provided in PM = Z

Note:Incaseofleapyear,February29paymentshallbe treated aspartofthemonth and noadditional payment shall bemade.

= 1 = ∑ 1 + 1 + 1+L

Where,

is the CYF per month payable forPMD1 is the total Capital Charges for buses per month payable for PMG1 is the total Consumables Charges per month payable for PMK1 is the total Manpower and Overheads Charges per month payable for PML is the total capital charges for depot per month payable for PM

Where,D is the total Capital Charges for busesA is the total number of busesA1 is the actual number of buses for PM

1.3 1.3 Fee Calculation

2.0 2. 0 Payment for PM

2.1 2.1 CYF based on Component, per month =X

2.1.1 2.1.1 Calculation of Capital Charges for buses: D1

146

(d) Adjustment based on CPI shall be made only twice a year i.e. based onMarch 31and September 30 CPI values. No adjustment for change in CPI in the interveningperiod shall bepayable.

Note: All the following calculations will be calculated based upon Appendix-33Aof this Schedule

Payment for PM =

Consolidated Year One Fare (CYOF) for each Component divided by 12 (i.e., no of months) = X

Minus

Performance Adjustment (Performance Deduction – Performance Incentive) = Y

Plus

Payment foradditional services/extra services if any provided in PM = Z

Note:Incaseofleapyear,February29paymentshallbe treated aspartofthemonth and noadditional payment shall bemade.

= 1 = ∑ 1 + 1 + 1+L

Where,

is the CYF per month payable forPMD1 is the total Capital Charges for buses per month payable for PMG1 is the total Consumables Charges per month payable for PMK1 is the total Manpower and Overheads Charges per month payable for PML is the total capital charges for depot per month payable for PM

Where,D is the total Capital Charges for busesA is the total number of busesA1 is the actual number of buses for PM

1.3 1.3 Fee Calculation

2.0 2. 0 Payment for PM

2.1 2.1 CYF based on Component, per month =X

2.1.1 2.1.1 Calculation of Capital Charges for buses: D1

146

(d) Adjustment based on CPI shall be made only twice a year i.e. based onMarch 31and September 30 CPI values. No adjustment for change in CPI in the interveningperiod shall bepayable.

Note: All the following calculations will be calculated based upon Appendix-33Aof this Schedule

Payment for PM =

Consolidated Year One Fare (CYOF) for each Component divided by 12 (i.e., no of months) = X

Minus

Performance Adjustment (Performance Deduction – Performance Incentive) = Y

Plus

Payment foradditional services/extra services if any provided in PM = Z

Note:Incaseofleapyear,February29paymentshallbe treated aspartofthemonth and noadditional payment shall bemade.

= 1 = ∑ 1 + 1 + 1+L

Where,

is the CYF per month payable forPMD1 is the total Capital Charges for buses per month payable for PMG1 is the total Consumables Charges per month payable for PMK1 is the total Manpower and Overheads Charges per month payable for PML is the total capital charges for depot per month payable for PM

Where,D is the total Capital Charges for busesA is the total number of busesA1 is the actual number of buses for PM

1.3 1.3 Fee Calculation

2.0 2. 0 Payment for PM

2.1 2.1 CYF based on Component, per month =X

2.1.1 2.1.1 Calculation of Capital Charges for buses: D1

Page 252: NOTICE INVITING TENDER (NIT) - AWS

147

Where,G is the total Consumables ChargesE is the scheduled total number of service kilometerE1 is the actual total number of service kilometers operatedforPM

is the electricity Cost Adjustment (Refer2.1.4)is the Other Consumables Inputs Cost Adjustment (Refer 2.1.5)

Where, K is the total Manpower and Overheads ChargesH is the scheduled total number of service hoursH1 is the actual number of service hours operatedforPM

is the Manpower Cost Adjustment (Refer2.1.6)

2.1.4 Calculation of electricity Input CostAdjustment:

Where,

iselectricityinputcost(expressedasRupeesperunit)asonthedate on whichelectricityprice are revised in Delhi

iselectricityinput cost (expressed as Rupees per unit) as on ------------, 2018 inDelhi is Rs. ---- per unit

0.7 Weight ofelectricity cost in Consumables Charge

2.1.5 Calculation of Other Consumables Inputs CostAdjustment:

2.1.2 2.1.2 Calculation of Consumables Charges: G1

2.1.3 2.1.3 Calculation of Manpower and Overhead Charges: K1

147

Where,G is the total Consumables ChargesE is the scheduled total number of service kilometerE1 is the actual total number of service kilometers operatedforPM

is the electricity Cost Adjustment (Refer2.1.4)is the Other Consumables Inputs Cost Adjustment (Refer 2.1.5)

Where, K is the total Manpower and Overheads ChargesH is the scheduled total number of service hoursH1 is the actual number of service hours operatedforPM

is the Manpower Cost Adjustment (Refer2.1.6)

2.1.4 Calculation of electricity Input CostAdjustment:

Where,

iselectricityinputcost(expressedasRupeesperunit)asonthedate on whichelectricityprice are revised in Delhi

iselectricityinput cost (expressed as Rupees per unit) as on ------------, 2018 inDelhi is Rs. ---- per unit

0.7 Weight ofelectricity cost in Consumables Charge

2.1.5 Calculation of Other Consumables Inputs CostAdjustment:

2.1.2 2.1.2 Calculation of Consumables Charges: G1

2.1.3 2.1.3 Calculation of Manpower and Overhead Charges: K1

147

Where,G is the total Consumables ChargesE is the scheduled total number of service kilometerE1 is the actual total number of service kilometers operatedforPM

is the electricity Cost Adjustment (Refer2.1.4)is the Other Consumables Inputs Cost Adjustment (Refer 2.1.5)

Where, K is the total Manpower and Overheads ChargesH is the scheduled total number of service hoursH1 is the actual number of service hours operatedforPM

is the Manpower Cost Adjustment (Refer2.1.6)

2.1.4 Calculation of electricity Input CostAdjustment:

Where,

iselectricityinputcost(expressedasRupeesperunit)asonthedate on whichelectricityprice are revised in Delhi

iselectricityinput cost (expressed as Rupees per unit) as on ------------, 2018 inDelhi is Rs. ---- per unit

0.7 Weight ofelectricity cost in Consumables Charge

2.1.5 Calculation of Other Consumables Inputs CostAdjustment:

2.1.2 2.1.2 Calculation of Consumables Charges: G1

2.1.3 2.1.3 Calculation of Manpower and Overhead Charges: K1

Page 253: NOTICE INVITING TENDER (NIT) - AWS

148

Where,

CPI stands for index value issued by Government of India’s LabourBureau’s ConsumerPrice Index for Industrial Workers (CPI-IW) in Delhi. Source to beused:Dataavailableatwebsitewww.labourbureau.nic.inwithonemonthtimelag.

is the index value of CPI-IW. For PMs April to September, index value issued forimmediately preceding March 31shallbeusedandforPMsOctobertoMarch,indexvalueissuedfor immediately precedingSeptember 30 shall beused.

= ….. is the base index value of CPI-IW equal to ----- as on --------,20180.3 Weight of consumables other than electricty cost in ConsumablesCharge

2.1.6 Calculation of Manpower CostAdjustment

MWb – Minimum Wages as on xxxx.2018 for skilled category (applicable for drivers)as notified by the Labour Department, GNCTD.

MWn- Minimum Wages for skilled category (applicable for drivers) as notified bytheLabourDepartment ,GNCTD.

For PMs of April to September, minimum wages notified in April of same financial yearwillbeusedandforPMsofOctobertoMarch,minimumwagesnotifiedinOctoberofsame financial yearwill beused

Performance Adjustment for PM = Y =( ) × (1 + − CPIb)2.2 2.2 Performance Adjustment =Y

:

148

Where,

CPI stands for index value issued by Government of India’s LabourBureau’s ConsumerPrice Index for Industrial Workers (CPI-IW) in Delhi. Source to beused:Dataavailableatwebsitewww.labourbureau.nic.inwithonemonthtimelag.

is the index value of CPI-IW. For PMs April to September, index value issued forimmediately preceding March 31shallbeusedandforPMsOctobertoMarch,indexvalueissuedfor immediately precedingSeptember 30 shall beused.

= ….. is the base index value of CPI-IW equal to ----- as on --------,20180.3 Weight of consumables other than electricty cost in ConsumablesCharge

2.1.6 Calculation of Manpower CostAdjustment

MWb – Minimum Wages as on xxxx.2018 for skilled category (applicable for drivers)as notified by the Labour Department, GNCTD.

MWn- Minimum Wages for skilled category (applicable for drivers) as notified bytheLabourDepartment ,GNCTD.

For PMs of April to September, minimum wages notified in April of same financial yearwillbeusedandforPMsofOctobertoMarch,minimumwagesnotifiedinOctoberofsame financial yearwill beused

Performance Adjustment for PM = Y =( ) × (1 + − CPIb)2.2 2.2 Performance Adjustment =Y

:

148

Where,

CPI stands for index value issued by Government of India’s LabourBureau’s ConsumerPrice Index for Industrial Workers (CPI-IW) in Delhi. Source to beused:Dataavailableatwebsitewww.labourbureau.nic.inwithonemonthtimelag.

is the index value of CPI-IW. For PMs April to September, index value issued forimmediately preceding March 31shallbeusedandforPMsOctobertoMarch,indexvalueissuedfor immediately precedingSeptember 30 shall beused.

= ….. is the base index value of CPI-IW equal to ----- as on --------,20180.3 Weight of consumables other than electricty cost in ConsumablesCharge

2.1.6 Calculation of Manpower CostAdjustment

MWb – Minimum Wages as on xxxx.2018 for skilled category (applicable for drivers)as notified by the Labour Department, GNCTD.

MWn- Minimum Wages for skilled category (applicable for drivers) as notified bytheLabourDepartment ,GNCTD.

For PMs of April to September, minimum wages notified in April of same financial yearwillbeusedandforPMsofOctobertoMarch,minimumwagesnotifiedinOctoberofsame financial yearwill beused

Performance Adjustment for PM = Y =( ) × (1 + − CPIb)2.2 2.2 Performance Adjustment =Y

:

Page 254: NOTICE INVITING TENDER (NIT) - AWS

149

CYOFAppendix-33A

Description Rupees (in Figures) Rupees (in Words)

CYOF## excluding applicable GST (if any)

A. BREAK-UP PRICE FOR ACELECTRICSERVICES

Sr.No. Description

Quantity (No. ofbuses) Rs./ bus

Total per year(Rs.

/ year)A B D = A * B

SF AC1Capital Charge for

buses99

Total cost for 3 depots(M) Cost per year(Rs./year)

SFDCCapital charges

for Depot

Sr.No. Description

Quantity(Total No. of Service Kms

per year) Rs. / Service Km Total per yearE F G = E * F

SF AC2

ConsumablesCharge 6812657.78

Sr.No. Description

Quantity (Total No. ofService Hours per Year) Rs. / Service Hour Total per year

H J K = H * J

SFAC3

Manpower andOverheads

Charge502214

Total – SF AC = SF AC1+SF AC2 + SF AC3 +SFDC= CYOF AC Services

Note:(a) The service kms and service hours per year include the time and distance for Idle run,

which shall be payable at the same rate. Refer Trip and Idle Run definition in agreement.(b) The Contractor may be directed by DMRC to operate additional Stage

Carriagesfromreservefleetdependinguponoperationalexigency.Inthesaidevent to operateadditional Stage Carriages, the applicable rates will be same which are applicable forBasic Services in terms of CYFpayment.

(c) “ActualServiceHours”meanstrip-wisescheduledservicehoursasperdutymemo issued byDMRC for any operated trip. In case a trip is missed due to reasons viz. non-deploymentofconductor,trafficjaminthepreviouslyoperatedtrip(s)orforreasons beyond the

Page 255: NOTICE INVITING TENDER (NIT) - AWS

150

control of Contractor, the schedule service hours of missed trip(s) shall be treated asactual servicehours

(d) After completion of five years from the date of registration of each Stage Carriage, theCapital Charges will be payable subject to meeting the requirements in terms of Clause11 (t)of SCC. The Capital Charges shall be withheldtillsubmissionofCertificateofRefurbishmentissuedbyvehiclemanufacturerorhisauthoriseddealer. Further, the withheld Capital Charges shall be released by DMRC tothe Contractor for respective Stage Carriages without any interest on submission of theStage Carriage wise Certificate of Refurbishment issued by vehicle manufacturer or hisauthorizeddealer as required to be submitted to DMRC within a window of one year asspecified in Clause 11(t) of SCC. However, the said Capital Charges will be forfeited incase of delay in completion of Refurbishment work of each Stage Carriage beyondwindowofoneyearasspecifiedinClause 11(t) of SCC.In the said event, the payment ofCapital Charges shall restart only from the date of refurbishment of the Stage Carriage inaccordance with the above Certificate.

(e) DMRC will cross verify the Certificate of Refurbishment on the ground for finalacceptance for the purpose of release ofpayment.

Page 256: NOTICE INVITING TENDER (NIT) - AWS

151

PROJECT IMPLEMENTATIONPLAN Appendix- 34

REFER:7(d &oo) ,11(i),29.1.1(2),33.1 of SCC

Sr.No.

Project Milestone Elapsed Time from date ofissue of LOA

1Project Milestone No. 1 :Financial Closure Two(2) Months

2Project Milestone No. 2:Provision of depot operational in all respects

Five(5) Months

3 Project Milestone No. 3 : “COD” Operations of 25% ofStage Carriages(25 AC Electric Battery Operated buses). Six(6) Months

4

Project Milestone No. 4 : “COD” Operations of additional50% of Stage Carriages(50 AC Electric Battery Operatedbuses).[i.eupto 75% of the stage carriage services viz75AC Electric Battery Operated buses]

Nine(9) Months

5

Project Milestone No. 5 : “COD” Operations of another25% of Stage Carriages(24 AC Electric Battery Operatedbuses).[i.eupto 100% of the stage carriage services viz.99 AC Electric Battery Operated buses]

Twelve(12) Months

Note:i. Total number of buses are exclusive of reserve fleet as indicated in the induction plan given below

INSPECTION & TESTING of Buses before delivery:1. The Contractor shall offer a Prototype bus for preliminary inspection at their works in following stages:

1st stage: Bus chassis inspection2nd stage: Bus body structure inspection3rd stage: Bus body paneling inspection4th stage: Bus final inspection

2. The bus shall be painted inside and outside with polyurethane paint and the colour schemefor the painting shall be as per the DMRC’s requirement. This will be informed at thetime of body building

3. All buses shall be delivered to the DMRC only after inspection of each & every bus forchassis inspection, bus body structure inspection, paneling inspection and bus final inspection.

4. The cost of entire inspections visits of all buses including prototype carried out by theDMRC will be borne by the contractor.

5. The buses will also be checked after delivery to DMRC and defects pointed out by theDMRC’s inspectorial staff on each bus shall be attended by the manufacturer/dealerwithin maximum 3 working days.

6. The date of final acceptance of the bus shall be reckoned only after successful trial run inactual service of operation of 15 days.

Monthly phasing of inductionTable 1: monthly phasing of induction in Cluster 02.

S/N 6th Monthfrom dateof LOA

7Th

Monthfrom dateof LOA

8th MonthFrom dateof LOA

9th Monthfrom dateof LOA

10th

Monthfrom dateof LOA

11th

monthfrom dateof LOA

12th

monthfrom dateof LOA

Total

1 25 16 17 17 8 8 8 99

Note:

Payment during induction phase will be done as actual number of buses in operation including 15 days successfultrial. In case trial run is unsuccessful, payment during this period will not be made.

Page 257: NOTICE INVITING TENDER (NIT) - AWS

152

Depot Appendix- 35REFER: CLAUSE 9(r) OF SCC

1. Depot will be provided byDMRCwith the following facilities .

S/N Location ofFeeder depot

Approx totalplot area of

depot (sqm.)Infrastructuresto be provided by DMRC

1. Nangloi 8000

1 Check post with entry/exit gates.2 Boundary walls.3 Electricity connection will be provided at one point in Depot

from the nearest stationto the Contractor by DMRC andthe Contractor shall be required to tap the electricity fromDMRC’s nearest Distribution Board with its owninfrastructure / resources. For the purpose, if anyaugmentation in the electricity infrastructure provided byDMRC is required in the depot, the same shall be in thescope of the Contractor. TheContractor shall be required topay all costs associated with provision of electricity andmonthly recurring cost based on consumption duringoperation/implementation of contract.DMRC will providenecessary assistance in obtaining such connections.

4 Contractor shall be required to pay all costs associated withprovision of water connection and monthly recurring costbased on consumption of water.DMRC will providenecessary assistance in obtaining such connections.

2. Punjabi Bagh 940

3. Shadipur 3677

Table -2 : Facilities/infrastrucureto be provided/constructed by Contractor.S/N Infrastructure facilities to be constructed by Contractor.

1At each of the above depots, the contractor shall be responsible for providing the following:Administrationblock,Bus charging infrastrucutre Maintenance shed, Store rooms and workshopetc. for parking and maintenance of buses.

23rooms( each of 20.00 sqm area atleast)1 each for unit incharge, control room,ticket/cash/schedule section etc.,2 washrooms(1 for ladies and other for gents) shall beconstructed by the contractor for use by DMRC officials/staff.

Note: The Depot/land with facilities as per Table-1, shall be handed over to the Contractor for

construction of depot. Any routine or long-term up- gradation of Depot shall be taken up by the Contractor during the

contract period at his own cost with prior intimation to DMRC. The Contractor shall be fully responsible to comply the directions of National Green

Tribunal/other statutory bodies. The Space/land as per above table will be provided rent free to the contractor by the DMRC. The above scope of work is indicative and may vary as per actual site condition during

execution or due to administrative reasons. No extra claim whatsoever is permitted on thisaccount.

Page 258: NOTICE INVITING TENDER (NIT) - AWS

153

Depot Layout Plans

Note:These drawings are indicative. Only land/space/facilities as per clasue 1 of appendix-35 of SCC will be provided

Page 259: NOTICE INVITING TENDER (NIT) - AWS

154

Note:These drawings are indicative. Only land/space/facilities as per clasue 1 of appendix-35 of SCC will be provided

Page 260: NOTICE INVITING TENDER (NIT) - AWS

155

Note:These drawings are indicative. Only land/space/facilities as per clasue 1 of appendix-

35 of SCC will be provided

Page 261: NOTICE INVITING TENDER (NIT) - AWS

156

Note:These drawings are indicative. Only land/space/facilities as per clasue 1 of appendix-

35 of SCC will be provided

Page 262: NOTICE INVITING TENDER (NIT) - AWS

157

Appendix-36

Route Details: As per Appendix- 30 of Employers Requirement.Table 1: Summary of stage carriage services under West Cluster

Table 2: Summary of stage carriage services underWest Cluster

DescriptionNumberof Buses

TotalNumber of Kms

/day

Total Numberof Service Hours/day No. of days Total Number of

Kms /yrTotal Number

of Servicehrs/yr

Weekdays 99 19778.57 1451.73 258 5102992.52 374547

Weekends &NationalHolidays

81 15978.18 1193 107 1709665.26 127667

Total 365 6812657.78 502214

Description For CYOF

Quantity - No of Buses 99

Quantity-Total Service Kms per Year 6812657.78

Quantity- Total Service Hours per Year 502214

CC

Page 263: NOTICE INVITING TENDER (NIT) - AWS

Appendix-37

Bidder shall provide information on the following:

Sr.No. DescriptionA. Operations Planning and MethodologyA1 Operational Philosophy andA2 MIS PlansA3 Drivers Recruitment and Retention PlanB. Manpower PlanningB1 Management TeamB2 Operations TeamB3 Maintenance TeamC. Investment PlanningC1 Potential sources of fundsC2 Financial structureD. Maintenance PlanningD1 Preventive Maintenance PlansD2 Regular Capital Investment PlanningE. Induction PlanningE1 Planning for introduction of busesE2 Bus Procurement PlanF. Operations Control PlanningE1 Efficiency : Management of time controls for efficient operationsE2 Quality Control : Management of maintenance, cleaning etc for providing

qualityservices

Appendix-37

Bidder shall provide information on the following:

Sr.No. DescriptionA. Operations Planning and MethodologyA1 Operational Philosophy andA2 MIS PlansA3 Drivers Recruitment and Retention PlanB. Manpower PlanningB1 Management TeamB2 Operations TeamB3 Maintenance TeamC. Investment PlanningC1 Potential sources of fundsC2 Financial structureD. Maintenance PlanningD1 Preventive Maintenance PlansD2 Regular Capital Investment PlanningE. Induction PlanningE1 Planning for introduction of busesE2 Bus Procurement PlanF. Operations Control PlanningE1 Efficiency : Management of time controls for efficient operationsE2 Quality Control : Management of maintenance, cleaning etc for providing

qualityservices

Appendix-37

Bidder shall provide information on the following:

Sr.No. DescriptionA. Operations Planning and MethodologyA1 Operational Philosophy andA2 MIS PlansA3 Drivers Recruitment and Retention PlanB. Manpower PlanningB1 Management TeamB2 Operations TeamB3 Maintenance TeamC. Investment PlanningC1 Potential sources of fundsC2 Financial structureD. Maintenance PlanningD1 Preventive Maintenance PlansD2 Regular Capital Investment PlanningE. Induction PlanningE1 Planning for introduction of busesE2 Bus Procurement PlanF. Operations Control PlanningE1 Efficiency : Management of time controls for efficient operationsE2 Quality Control : Management of maintenance, cleaning etc for providing

qualityservices

Page 264: NOTICE INVITING TENDER (NIT) - AWS
Page 265: NOTICE INVITING TENDER (NIT) - AWS
Page 266: NOTICE INVITING TENDER (NIT) - AWS
Page 267: NOTICE INVITING TENDER (NIT) - AWS
Page 268: NOTICE INVITING TENDER (NIT) - AWS
Page 269: NOTICE INVITING TENDER (NIT) - AWS
Page 270: NOTICE INVITING TENDER (NIT) - AWS
Page 271: NOTICE INVITING TENDER (NIT) - AWS
Page 272: NOTICE INVITING TENDER (NIT) - AWS
Page 273: NOTICE INVITING TENDER (NIT) - AWS
Page 274: NOTICE INVITING TENDER (NIT) - AWS
Page 275: NOTICE INVITING TENDER (NIT) - AWS
Page 276: NOTICE INVITING TENDER (NIT) - AWS
Page 277: NOTICE INVITING TENDER (NIT) - AWS
Page 278: NOTICE INVITING TENDER (NIT) - AWS
Page 279: NOTICE INVITING TENDER (NIT) - AWS
Page 280: NOTICE INVITING TENDER (NIT) - AWS
Page 281: NOTICE INVITING TENDER (NIT) - AWS
Page 282: NOTICE INVITING TENDER (NIT) - AWS
Page 283: NOTICE INVITING TENDER (NIT) - AWS
Page 284: NOTICE INVITING TENDER (NIT) - AWS
Page 285: NOTICE INVITING TENDER (NIT) - AWS
Page 286: NOTICE INVITING TENDER (NIT) - AWS
Page 287: NOTICE INVITING TENDER (NIT) - AWS
Page 288: NOTICE INVITING TENDER (NIT) - AWS
Page 289: NOTICE INVITING TENDER (NIT) - AWS
Page 290: NOTICE INVITING TENDER (NIT) - AWS
Page 291: NOTICE INVITING TENDER (NIT) - AWS
Page 292: NOTICE INVITING TENDER (NIT) - AWS
Page 293: NOTICE INVITING TENDER (NIT) - AWS
Page 294: NOTICE INVITING TENDER (NIT) - AWS
Page 295: NOTICE INVITING TENDER (NIT) - AWS
Page 296: NOTICE INVITING TENDER (NIT) - AWS
Page 297: NOTICE INVITING TENDER (NIT) - AWS
Page 298: NOTICE INVITING TENDER (NIT) - AWS
Page 299: NOTICE INVITING TENDER (NIT) - AWS
Page 300: NOTICE INVITING TENDER (NIT) - AWS
Page 301: NOTICE INVITING TENDER (NIT) - AWS
Page 302: NOTICE INVITING TENDER (NIT) - AWS
Page 303: NOTICE INVITING TENDER (NIT) - AWS
Page 304: NOTICE INVITING TENDER (NIT) - AWS
Page 305: NOTICE INVITING TENDER (NIT) - AWS
Page 306: NOTICE INVITING TENDER (NIT) - AWS
Page 307: NOTICE INVITING TENDER (NIT) - AWS
Page 308: NOTICE INVITING TENDER (NIT) - AWS
Page 309: NOTICE INVITING TENDER (NIT) - AWS
Page 310: NOTICE INVITING TENDER (NIT) - AWS
Page 311: NOTICE INVITING TENDER (NIT) - AWS
Page 312: NOTICE INVITING TENDER (NIT) - AWS
Page 313: NOTICE INVITING TENDER (NIT) - AWS
Page 314: NOTICE INVITING TENDER (NIT) - AWS
Page 315: NOTICE INVITING TENDER (NIT) - AWS
Page 316: NOTICE INVITING TENDER (NIT) - AWS
Page 317: NOTICE INVITING TENDER (NIT) - AWS
Page 318: NOTICE INVITING TENDER (NIT) - AWS
Page 319: NOTICE INVITING TENDER (NIT) - AWS
Page 320: NOTICE INVITING TENDER (NIT) - AWS
Page 321: NOTICE INVITING TENDER (NIT) - AWS
Page 322: NOTICE INVITING TENDER (NIT) - AWS
Page 323: NOTICE INVITING TENDER (NIT) - AWS
Page 324: NOTICE INVITING TENDER (NIT) - AWS
Page 325: NOTICE INVITING TENDER (NIT) - AWS
Page 326: NOTICE INVITING TENDER (NIT) - AWS
Page 327: NOTICE INVITING TENDER (NIT) - AWS
Page 328: NOTICE INVITING TENDER (NIT) - AWS
Page 329: NOTICE INVITING TENDER (NIT) - AWS
Page 330: NOTICE INVITING TENDER (NIT) - AWS
Page 331: NOTICE INVITING TENDER (NIT) - AWS
Page 332: NOTICE INVITING TENDER (NIT) - AWS
Page 333: NOTICE INVITING TENDER (NIT) - AWS
Page 334: NOTICE INVITING TENDER (NIT) - AWS
Page 335: NOTICE INVITING TENDER (NIT) - AWS
Page 336: NOTICE INVITING TENDER (NIT) - AWS
Page 337: NOTICE INVITING TENDER (NIT) - AWS
Page 338: NOTICE INVITING TENDER (NIT) - AWS
Page 339: NOTICE INVITING TENDER (NIT) - AWS
Page 340: NOTICE INVITING TENDER (NIT) - AWS
Page 341: NOTICE INVITING TENDER (NIT) - AWS
Page 342: NOTICE INVITING TENDER (NIT) - AWS
Page 343: NOTICE INVITING TENDER (NIT) - AWS
Page 344: NOTICE INVITING TENDER (NIT) - AWS