-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
1 Section-2: Instruction
to Bidders,
Cl.No.9, Sub-
clause- 9.4,
A non-Indian firm is permitted to apply only in a Joint Venture
or Consortium arrangement,
with a wholly owned Indian subsidiary, which must be registered
in India under the
Companies Act – 1956, or with any other Indian firm, which will
have a minimum
participation interest of 30%.
Partners having less than 30% participation will be termed as
non-substantial partner and will
not be considered for evaluation which means that their
financial soundness and work
experience shall not be considered for evaluation of
JV/Consortium.
The minimum percentage of participation for `Substantial
Members’ in a
JV/Consortium may please be revised as 20%, so that a consortium
can have a
maximum of four Substantial Members besides one or two
non-substantial partners .
We feel this facilitates formation of an effective JV/Consortium
of well experienced
firms with well demonstrated Core Competencies. Further a
maximum of three non-
substantial partners with a minimum participation of 5% be
permitted in a
JV/Consortium.
May please consider.
Not Agreed.
Tender Conditions Prevail
N
2 Section-2: Instruction
to Bidders,
Cl.No.10, Sub-
Clause-10.1 (g),
All the issued or down loaded Tender documents (all Volumes
including addenda &
corrigenda), duly signed and stamped on each page by the
authorized representatives of all
parties of the JV/Consortium.
As per RFP provisions all members of the Joint Venture /
Consortium, through their
representatives, shall authorize the representative of Lead
Member to sign and submit
the bid on behalf of the Joint Venture / Consortium. Therefore,
we are of the opinion
that signature on all documents of the proposals including all
downloaded tender
documents/addenda/corrigendum by such representative of the Lead
Member /
Consortium shall be sufficient, and the referred clause may
please be revised
accordingly. Please consider.
Please Refer Addendum. Y
3 Section-3: Scope of
Works,
Cl.No.1.1, The Employer has endeavored to delineate the scope of
the Services to be provided by Detailed
Design Consultant in this volume. Such descriptions are not
intended to be comprehensive, it
being understood that Design Consultant shall be required,
without adjustment or addition to
the fixed rates or maximum compensation agreed to herein, to
provide any services, whether or
not listed herein, that are within the scope of its field of
professional practice and that are
reasonably inferable as being necessary, or that would be
customarily furnished by other
providers of professional services of the type and nature
provided for in this Agreement, to
accomplish the Services set forth in this volume. The Consultant
shall provide and complete
the Consultancy Services, to the standards and in the manner,
frequency, quantity and times
specified in accordance with the Conditions of Contract, except
for variations which have been
agreed to in writing by the Employer. DDC shall perform services
relating to the Project. The
Scope of the Services is stated in the tender documents..
We request you to kindly specify the nature and extent of
services expected from the
Consultant to enable appropriate quoting.
Scope of Work as defined in Scope of Works of the tender
document.
N
4 Section-3: Scope of
Works,
Cl.No.1.5, Review of the present alignment
DDC shall review the present alignment and prepare a review
report and submit to CMRL.
The report should be prepared ascertaining the reasonableness,
suitability and conformity with
the general Arrangement Plan, profile of general alignment,
topo- plans and strategic proposed
station location within Right of Way, location of the stations
Entry/ Exit based on Land-Take
Plans and topographical survey.
We believe the Consultant’s scope will be limited to review and
preparation of
reports based on the available topographic data only, and the
Consultant need not
carry out any topographic surveys.
Kindly confirm.
Please Refer Addendum. Y
5 Section-3: Scope of
Works,
Cl.No.1.7, Property Development
Identification of Property Development area within the station
structures and, submission of
technical & financial viability report of the proposals
excluding commercials. Consultant
should explore the possibility of accommodating negative spaces
of metro stations to
accommodate with some abutting public structures or integrate
the station building with
adjacent properties as the case arise or civic infrastructure
authorities allow to employ
judicious and optimized value engineered solutions to satisfy
various public and private
stakeholders and additionally help obtain non-fare box revenue
for CMRL. Consultant should
produce architectural and structural design of Property
Development area wherever required,
including design of Building Services (MEP, fire Detection &
suppression, Air Conditioning,
water supply, sewerage etc. The Property development can be
integrated with stations or stand
alone.
We believe the necessary commercials/ revenues from such
Property Development
proposals will be furnished by CMRL to assess the Financial
Viability.
Kindly confirm.
Kindly indicate the list/names of the stations and standalone
locations where Property
Development activities are being envisaged by CMRL.
Please Refer Addendum. Y
Page 1
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
6 Section-3: Scope of
Works,
Cl.No.1.12, Geo-technical Investigations
The DDC shall study all subsurface and sub-soil data provided by
CMRL which shall be used
for design works.
We understand the DDC’s scope would be limited to only review
and interpretation
of Geo-technical Investigation data provided by CMRL and no
Geo-technical
Investigation are to be carried out by the DDC Consultant.
Kindly confirm.
Yes N
7 Section-3: Scope of
Works,
Cl.No.2.12, The DDC shall conduct topographical surveys,
hydrological surveys, etc. The DDC shall carry
out all necessary analyses and collect any information or data
like rain fall, High flood level
(HFL), seismic data etc. which is necessary for its design
development. The DDC shall prepare
a report on all survey works undertaken, including checks on
mapping, survey stations, co-
ordinates, setting out, etc. A report covering site
investigation results in sufficient detail shall
be submitted to Employer/ Employer‘s representative.
Kindly confirm what are the other surveys, being envisaged by
CMRL. Please Refer Addendum. Y
8 Section-3: Scope of
Works,
Cl.No.13.3, Proof- checking consultant/ Lead Design Checker/
Checkers
The DDC shall appoint a suitably qualified person(s)
............................
We understand the charges for engaging the Lead Design Checker
would be
reimburse by the CMRL separately as actual.
Kindly confirm
Charges for engaging LDC have to be borne by the DDC. N
9 Section-4: Eligibility
& Qualification
Criteria
Cl.No.3, 3. PROJECT TEAM OF THE CONSULTANT- KEY PERSONNEL Sir,
in our opinion 100% marks shall be given for the experts possessing
desirable
education qualification indicated for various positions in the
referred clause.
Therefore we request you to give full marks for the experts
possessing desired
qualification.
Please Refer Addendum. Y
10 Section 1: NIT, Cl.No.11, Date and Time of submission of
Tender
22/03/2018 up to 14:00 hrs
Considering the nature and quantum of work involved, the time
given for preparation
and submission of tender seems to be inadequate.
Sir, despite our best efforts to get the client certificates and
financial statements from
auditors, it would take more time than expected, as the
officials and auditors would
be busy with current financial year closing. Also we need some
time for site visits
and assessments.
Further, it would also be time taking for our partners located
overseas in getting the
documents translated and certified in time.
In view of the above, we request you to kindly extend the Last
Date for Submission
of tender by at least Six Weeks further from the date of issue
of replies to pre-bid
queries.
Kindly consider.
Refer Corrigendum N
Page 2
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
11 Section 2, Clause 9.4, A non‐Indian firm is permitted to
apply only in a Joint Venture orConsortium arrangement, with a
wholly owned Indian subsidiary, which
must be registered in India under the Companies Act – 1956, or
with any
other Indian firm, which will have a minimum participation
interest of 30%.
Partners having less than 30% participation will be termed as
nonsubstantial
partner and will not be considered for evaluation which
means
that their financial soundness and work experience shall not be
considered
for evaluation of JV/Consortium.
Can a wholly owned Indian Subsidiary which is duly registered
in
India under the Companies Act – 1956 participating with its
foreign
(parent) entity which is operating through its branch office in
India
need to qualify individually or it can use the technical and
financial
credentials of its parent entity?
Please clarify.
If participating as sole bidden/JV member any company need
to
qualify individually and it can not use the Technical and
Financial credentials of its parent entity,unless the parent
entity
is also a member of JV
N
12 Section 2, Clause 14.1, A Tender Security in the form of a
Bank Guarantee for the amount
mentioned in NIT, from a Public sector undertaking bank based in
India of
contractor’s choice will be required to be submitted with each
tender, with
a validity period of 208 days from the last date of submission
of tender and
with a provision that it shall be suitably extended on the
request of CMRL.
This Bank Guarantee shall be in the format included in bidding
forms
section 6 of tender documents.
We request the client to kindly replace Public sector
undertaking
bank based in India to any scheduled bank in India.
Not agreed. Y
13 Section 3, Clause 1.2,
&
Clause 2.12,
All available design data available in Detailed project Report
such as
topographic surveys, utility surveys, commuter traffic data etc.
&
geotechnical information shall be made available to the Detail
Design
Consultant at the appropriate time after award of work as
requested in
writing by the consultant.
&
The DDC shall conduct topographical surveys, hydrological
surveys, etc.
The DDC shall carry out all necessary analyses and collect any
information
or data like rain fall, High flood level (HFL), seismic data
etc. which is
necessary for its design development. The DDC shall prepare a
report on
all survey works undertaken, including checks on mapping, survey
stations,
co‐ordinates, setting out, etc. A report covering site
investigation results insufficient detail shall be submitted to
Employer/ Employer‘s
representative.
We understand DDC scope will involve interpretation of all
survey
data provided by Employer based on previous studies.
In case DDC found any additional survey is required, surveys
will be
hired by Employer based on surveys specifications to be
prepared
by DDC.
Please confirm our understanding is right.
Please Refer Addendum. Y
14 Section
3(SOW),
Clause 1.4(e), DDC is required to propose suitable construction
methodology after due approval from CMRL
for the works like Cast in‐situ and Pre‐Cast Construction,
structural system of viaducts for sub‐structure and superstructure,
pre‐cast segmental box girder using external unbounded tendon,
Precast U‐Channel Superstructure with Internal Pre‐stressing,
Precast U‐Channel segmental Superstructure with Internal
pre‐stressing, Precast I‐Girder Superstructure with Internal
Pre‐stressing, special spanconfiguration, construction of tunnels
for underground Alignment (earth pressure,
mud‐pressure, slurry type), launching and retrieval shafts,
midway shafts, ring configuration, grouting & waterproofing,
NATM methods for construction of cross passages, cut &
cover
ramps, earth retaining structures like sheet piles, soldier
piles, secant piles, diaphragm walls
etc., underground and elevated stations , geometric designs of
tracks, design of MEP,
VAC/TVS services etc. and prepare and submit a comprehensive
reports along with the
methodologies proposed by DDC for present scope for finalisation
with CMRL before floating
of tenders for construction works.
Please confirm the followings:
1. Proposal of construction sequence and structural system is
in
scope of DDC work before floating tender to contractor.
2. Proposal of construction sequence and structural system
will
be provided by contractor after award of contract to
contractor.
Statement 1: Your understanding is correct.
Statement 2: The contractor can not change construction
sequence & structural system proposed by DDC , unless
warranted by site constraints. Indicated structural system
design
for floating of tender and subsequently review of
Contractor'
submission in this regard shall be DDC's Scope.
N
15 Section
3(SOW),
Clause 1.4(f), Proof checking of structural design and scheme of
construction suggested
by the Contractor for elevated & underground stations,
ventilation, other
shafts, ramps, sub‐structure, tunnels, viaduct etc. as
applicable forparticular DDC package.
Please confirm whether proof checking of elevated viaduct
superstructure is in scope of work or not.
Yes. N
16 Section 6 Payment
schedule
General As per scope of work {para 1.4 (f)}, proof checking of
structure
elements is in scope of DDC but as per payment schedule
detailed
design and preparation of CRD is in scope of work. Please
clarify?
Refer to stage payment. N
17 Section
3(SOW),
Clause 1.4(j), Review and suggest change as necessary in the
detailed designs/ plans
made by contractor for temporary and permanent diversion works
for all
utilities affected by the station works / viaducts / tunnels as
applicable for
particular DDC package. Take into account utilities identified
by
contractors during execution and design structures
accordingly.
The change in information’s shared by the contractor during
execution should be defined in terms of no. of revisions
(utilities
information) to control the quality of design.
Not Agreed. Tender Conditions Prevail N
Page 3
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
18 Section 3(SOW), Clause 1.7, Property Development:
Identification of Property Development area within the station
structures and, submission of
technical & financial viability report of the proposals
excluding commercials. Consultant
should explore the possibility of accommodating negative spaces
of metro stations to
accommodate with some abutting public structures or integrate
the station building with
adjacent properties as the case arise or civic infrastructure
authorities allow to employ
judicious and optimized value engineered solutions to satisfy
various public and private
stakeholders and additionally help obtain non‐fare box revenue
for CMRL. “Consultant should produce architectural
and structural design of Property Development area wherever
required, including design of
Building Services (MEP, fire Detection & suppression, Air
Conditioning, water supply,
sewerage etc. The Property development can be integrated with
stations or stand alone”.
Does “Architectural and structural design, including design
of
Building Services of Property Development area” means
provisional system design as per the space up to the
feeder/approach, please clarify for both options if it is a part
of
station or if it is a standalone building.
Please Refer Addendum. Y
19 Section
3(SOW),
Clause 2.10, “The DDC shall conduct topographical surveys”
The DDC shall prepare a report on all survey work undertaken,
including checks on mapping,
survey stations, co‐ordinates, setting out, etc. A report
covering site investigation results and Geotechnical interpretation
in sufficient detail shall be prepared and shall be submitted
to
Employer/ Employer’s representative. Record all features of site
existing prior to construction,
likely to be disturbed.
As per clause no of SOW at page no 3‐3 it is mentioned that “All
available design data available in Detailed project Report such as
topographic surveys, utility surveys,
commuter traffic data etc. & geotechnical information shall
be made available to the
Detail Design Consultant at the appropriate time after award of
work as requested in
writing by the consultant” where as in Clause 2.10, Section
3(SOW), Page 3‐14 it is stated “The DDC shall conduct
topographical surveys “please clarify.
Please Refer Addendum. Y
20 Section 3(SOW), Clause 5.3,
11th Bullet,
The key aspects covered by the DDC will be:
‘Fabrication Drawings for all Steel Structure works’
Please clarify the fabrication drawing are to be prepared by DDC
or
proof checking is the DDC scope of work for this item.
Please Refer Addendum. Y
21 Section 3(SOW), Clause 6.5, Functional requirement of Urban
Planning:
c. The Consultant shall submit applications for permanent
connections
for utility services i.e. sewerage and drainage and water
supplies to the
Chennai Metropolitan Water Supply and Sewerage Board.
We understand from this clause that as per standard practice
the
consultant is required to submit all calculation to the CMRL
for
their further approval procedures, please clarify.
Yes. Please Refer Addendum. Y
22 Section 3,Chapter 7, Clause 7.1.1,
7.1.8, 7.1.26,
7.1.35 and
7.1.37,
Incorporation of architectural co‐ordination requirements with
therequirements of other disciplines for the following services:
7.1.1 ‐ Provision for lifts & escalators
7.1.8 ‐ Signaling and communications7.1.26 ‐ PABX system7.1.35 ‐
Power generation through solar panels and use of energy
efficientfixtures.
7.1.37 ‐ Access Control System & CCTV system, Local Area
Networking
Please confirm that Design of Lift & Escalator, Signalling
and communication,
PABX system, solar panels, Access Control System & CCTV
system and Local Area
Networking are beyond this contract and as mentioned in the list
is for coordination
and considering their system requirement in to E&M only.
Yes. Tender condition self-explanatory.Relevant Civil &
MEP
provisions for Lifts & Escalators is in DDC's scope.
N
23 Section 3, Chapter 7, Clause 7.1.34
and 7.1.37,
Details of protection switch gear, calculation of breaking
capacity of
upstream tripping, assessment of requirement of residual current
circuit
breaker and other special requirement of switch gear for
scientific
equipment along with specific requirement of zero halogen fire
retardant
and flame proof cables and switchgear in Laboratory.
Please clarify “in Laboratory”. Refer Addendum. Y
24 Section 3,
Chapter 7,
Clause 7.3, 7.3 For the underground stations the following
systems will be defined:
Environmental Control System (Ventilation and
air‐conditioning);Fire Fighting System;
Fire Detection/ suppression System;
Emergency Power Back up;
Plumbing System;
Low voltage;
SCADA Systems;
Escalators & Elevators.
For each of the sub‐systems above, schematics diagrams (air
flowschematics, LV distribution single line diagram…) will be
submitted for
approvals.
We understand that designing of Escalators & Elevators is
vendor
specific job and not a part of DDC contract.
Please clarify?
Relevant Civil & MEP provisions for Lifts & Escalators
is in
DDC's scope.
N
Page 4
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
25 Section 3,
Chapter 7,
Clause 7.7, Functional requirement of Lifts / Escalators We
understand that only the functional requirements for Lifts/
Escalators like plan rooms, plinths, etc. are only to be
defined.
Designing/Defining of Lifts/ Escalators is not a part of DDC
contract.
Please clarify?
Yes. Tender condition self-explanatory.Relevant Civil &
MEP
provisions for Lifts & Escalators is in DDC's scope.
N
26 Section 3, Clause 13.3,
& Chapter 16‐j, The DDC shall appoint a suitably qualified
person(s) to act as the Lead
Design Checker for various systems and disciplines like civil,
architectural,
and structural, MEP, Tracks, TVS & VAC etc. by engaging
staff from a reputed external
independent consulting firm subjected to prior approval of
Employer/Employer’s
Representative. The Lead Design Checker shall not produce any of
the design or temporary
works designs as a part of the DDC’s team.
&
The Consultant shall appoint a suitably qualified person(s) to
act as the
Lead Design Checker, or engage staff from an external consulting
firm if he
so wishes. The Lead Design Checker shall not produce any of the
design or
temporary works designs nor work directly for or report to the
Contractor’s
Project Manager.
We understand internal suitable staff who are not involved in
DDC organization
producing the design could act as Lead Design Checker, if such
suitable staff is
available within our organization. Please confirm our
understanding is right.
Not agreed. Tender conditions Prevail.
DDC shall appoint extenal independent LDC for each
discipline.
N
27 Section 4, Clause 3, PROJECT TEAM OF THE CONSULTANT‐ KEY
PERSONNEL (All positions)Total Design Experience
We request the client to kindly modify the requirement of
Total
Design Experience to Total Experience.
We also request you to please remove PHD / Doctorate
Qualification in Distribution of marks for all the
positions.
a) Not agreed b)
Please Refer Addendum.
Y
28 Section 4, Clause 4, BID SCORING
Combined Score = 0.7 Ts + 0.3 Fs
This is a big project and will require high technical expertise.
Hence,
we request the client to kindly consider 80:20.
Not agreed. Tender condition prevails. N
29 Section 4, Clause 5.4 (c), In case of Joint venture/
consortia, the bid capacity criteria will be evaluated for each
member
applying above formula & combined bid capacity of the
JV/consortia it will be evaluated based
on weighted average of the individual bid capacity of the
members as per the percentage
participation.
In reference to our first query, does a wholly owned Indian
Subsidiary has to individually fulfil the bid capacity criteria
or the
foreign (parent) entity can fulfil this criteria on behalf of
JV?
If participating as sole bidden/JV member any company need
to
qualify individually and it can not use the Technical and
Financial credentials of its parent entity,unless the parent
entity
is also a member of JV.
N
30 Section 7, Clause 28.6, If Employer/Employer’ Representative
decides that continuation of any
person is not in the interest of the project, a written notice
will be given to
Consultant who will promptly replace the person within a
week.
We request the Client to kindly consider 45 days’ notice period
for
replacement as this procedure takes a minimum period of 45
days
for finding and deploying the resource.
Agreed in certain cases, subject to specific Terms as
stipulated
in notice, (on case to case basis)
N
31 Section 7, Clause 34, The consultant shall effect and
maintain Professional Indemnity Insurance (PII) for the amount
in Indian Rupees equal to twice the contract value payable to
consultant, with unlimited
number of incidents in respect of design and services to be
carried out by, or on behalf of
consultant valid from the date of commencement till 2 years
after the date of issue of
completion certificate as mentioned in clause 8.3 above, to the
consultant.
Usually in similar contracts, PII is equivalent to the contract
value.
Hence, we request the Client to kindly consider the same.
Agreed. Please Refer Addendum. Y
32 Section 1, Clause 1.2, Date and Time of submission of Tender:
22/03/2018 up to 14:00 hrs at
office of the Additional General Manager (Contract Procurement)
/ CMRL,
Address as mentioned in item No.8 above
We request the Client to kindly provide minimum 21 days’
time
from the date of issuing addendum to incorporate the
changes/amendments.
Refer Corrigendum N
33 General Date of Foreign Currency Conversion Please provide a
date for conversion of rates/ currencies or
alternatively we suggest freeze the date of publication of RFP
for
the same i.e. 26th February 2018. Kindly confirm.
Not agreed. Base date as 28 days prior to bid submission. N
34 11, Section 4:
Eligibility &
Qualification Criteria
Clause 4.3 Eligibility & Qualification Criteria Quality and
Cost Based Selection (QCBS)
Request you to change evaluation to 80:20 instead of 70:30 which
is the existing
evaluation criteria. A Quality based selection on 80:20 will
safeguard the client’s
interests in case of consultants quoting lower fees and then
unable to deliver quality
services
Not agreed. Tender condition prevails. N
35 SECTION 3 Clause 1.12 Scope of Work Geotechnical Data:
CMRL to provide Geotechnical data.
What is the extent of survey completed? It is requested that
CMRL share
Geotechnical data it has available to the Consultants.
To be shared to the successful bidder. N
36 SECTION 3 Clause 1.4 (i) Perform detail design for
multi-modal transfer facilities… Does DDC scope involve study and
detail design of multi-modal connectivity such as
Foot over Bridges, PUPs etc,?
Kindly clarify the scope.
Yes. N
Page 5
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
37 SECTION 3 Clause 4.12 Sub-soil exploration analysis and
interpretation of data and selection of design parameters. Please
elaborate the Sub-Soil exploration analysis. To prepare
Geotechnical interpretation report to get soil & rock
design parameters.
N
38 SECTION 3 Clause 6.2 Functional requirement of Green Building
design & Certification Is DDC should take responsibility of
obtaining Platinum level certificate from IGBC? Design
responsibility vests with DDC and relevant
documentation along with drawings, photographs &
certificates
to be submitted by DDC to CMRL.
N
39 Section 4 General Eligibility & Qualification Criteria As
per Para 3, Project Team Composition. It is mentioned that all the
Key Personnel
who have PHD/Doctorate will get 1 marks while it is not possible
for all the staff
should have such high qualification. This may please be amended
suitably.
Please refer addendum. Y
40 General What is the provision for escalation of fee due to
delay in execution of project for
various reasons such as Land acquisition, non-performance of
contractor…etc,.,
reasons beyond DDC hands. Kindly clarify.
Please refer addendum. Y
41 Section 4 General Eligibility & Qualification Criteria As
per Para 1.4, Design Innovations and Value Engineering – The
criteria for two
projects with Platinum/gold level is not feasible for all the
Consultants.
Not agreed, Tender condition prevails. N
42 Section 2 Clause 5.2 Bidders should not have been blacklisted
or deregistered by the Central Government, any state
Government, PSUs or any Metro Rail authority in India during the
last 10 years. Undertaking
for not being blacklisted should be furnished.
We request you to consider the following: Bidders should not
have been blacklisted
or deregistered by the Central Government, any state Government,
PSUs, any
multilateral funding agency or any Metro Rail authority in India
during the last 05
years. Undertaking for not being blacklisted should be
furnished. This has been
followed by all government and Metrorail authorities in
India
Please refer addendum. Y
43 Section 2 Clause 10.3.4 Sufficient proof shall be submitted
to Substantiate the qualification and experience of staff
proposed to be deployed
We request you to clarify, what kind of documentary proof is
required to be submit
to Substantiate the experience of staff proposed.
Please refer addendum. Y
44 Section 2 Clause 11.4 Payments under the Contract shall be
made in INR only. We would like to draw your kind attention that
looking towards the complexity of the
UG project, international experience and expats would be
required to deliver the
services, we request you to consider the payment to be made in
INR and USD/Euro.
Not agreed. Tender condition prevails. N
45 Clause 13.4 Financial bids shall be opened in the presence of
consultant’s authorized representatives, and
the total prices shall be read aloud and recorded.
We request you to amend the following: Financial bids shall be
opened in the
presence of consultant’s authorized representatives, and the
total prices and technical
score of each firm shall be read aloud and recorded.
Not agreed. Tender condition prevails. N
46 Section 3 Clause 13.3 Proof- checking consultant/ Lead Design
Checker/ Checkers: The DDC shall appoint a suitably
qualified person(s) to act as the Lead Design Checker for
various systems and disciplines like
civil, architectural, and structural, MEP, Tracks, TVS & VAC
etc. by engaging staff from a
reputed external independent consulting firm DDC shall also
propose the tentative list of
potential lead design checkers
We understand that at proposal stage, consultant have to provide
only list of experts
for potential lead design checker‘s. Kindly clarify that whether
CVs of Lead Design
Checker also need to be submitted or not.
Bidders need to propose the names of the LDC.
CV of LDC need not be submitted along with the Bid.
N
47 CHAPTER 15 Clause 15.3 Consultant shall have their
full-fledged office in the location approved in Chennai We
understand that this being a lumsum contract, local office in
Chennai will be
developed for coordination and local support but consultant is
also allowed to
work/make deliveries from its home office. Kindly confirm.
Please Refer Addendum. Y
48 CHAPTER 16 clause (G) Any approval of the drawings by the
Client shall not hold the Client responsible for any lapses
or mistakes and the Consultant shall be totally responsible for
the same.
We would like to highlight a fact that for proceeding next
stages, consultant always
require client approval on last stage/milestone. It is seen that
the delay in approval
from client may times results in delay in deliveries. The
consultant should not be held
responsible where part of work (delay) which is not attributable
to the consultant We
request you to change/delete this clause.
Not agreed. Tender condition prevails.Your understanding is
incorrect
N
49 CHAPTER 17 clause (8-11) Error Correction: When a fault is
discovered within delivered software or documentation, the
Consultant shall take necessary steps to rectify errors or
faults at the earliest
We would like to highlight a fact that it’s a responsibility of
software provider to
rectify the error within software and for that software
companies also provides the
AMC. This clause is not relevant as the consultant can provide
the software but he is
not its manufacturer and for that consultant should not be held
responsible. Kindly
delete this clause.
Not agreed. Tender condition prevails. N
Page 6
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
50 CHAPTER 18 clause (1) Building Information Model (BIM)
Requirements: The Consultant shall develop, maintain,
update and handover a Building Information Model (BIM) for the
Works. The Consultant
acknowledges that CMRL‘s BIM requirements are evolving and as
such CMRL reserves the
right to change or replace standards and specifications during
the Works.
We request that CMRL should finalize the standards at this stage
only as this will
results in financial loss to the consultant, in case CMRL on
later stage changes the
requirement.
Please Refer Addendum. Y
51 Section 4 clause C EVALUATION & QUALIFICATION CRITERIA:
If the work has been done by the foreign
partner of JV and the work was done in the country of the
foreign partner then in addition to
this, the foreign partner must have done work equal to the work
experience requirement
outside the country of its origin.
We would like to highlight a fact that eligibility criteria is
already very high, we
request you to delete the requirement of work equal to the work
experience
requirement outside the country of its origin.
Please Refer Addendum. Y
52 Section 4, clause C EVALUATION & QUALIFICATION CRITERIA:
If the work has been done by the foreign
partner of JV and the work was done in the country of the
foreign partner then in addition to
this, the foreign partner must have done work equal to the work
experience requirement
outside the country of its origin.
We understand that this work required outside the home country
can be General
consultancy for Metrorail also and need not only to be DDC
(Detail Design
Consultant). Kindly confirm.
Please Refer Addendum. Y
53 Section 4 clause 1.2 Total value of DDC contract done in
metro rail/ rapid transit/ mass transit/ MRTS or any other
rail based transit system during last five years in India or
abroad.
We request you to consider the following: Total value of DDC
contract done in metro
rail/ rapid transit/ mass transit/ MRTS or any other rail based
transit system during
last 10 years in India or abroad.
Please Refer Addendum. Y
54 Section 4 clause 1.3 Specific Experience in Last 10 years for
relevant Detailed Design Consultancy Experience in,
underground stations, tunnelling in Urban Area / MRT Projects :
required from All Parties -
Must meet requirement for minimum 2 Marks ( minimum one each in
a, b)
We would like to highlight a fact that there are only 1-2 Indian
organization which
has done DDC for UG tunnels and Station. This clause is very
stringent and many
good Indian companies will not be able to bid. We request that
Joint Venture
combined experience should be considered for this experience, as
all the member will
be jointly and severely liable
Agreed. Please Refer Addendum-1(Sl.No.D1) Y
55 Section 4 clause 2.3 Average annual turnover in the last 5
years should be above 40 cr - JV combined must meet
requirement
Looking towards the huge volume and complexity of work, We
request you to
consider the following: Average annual turnover in the last 5
years should be above
100 cr Lead member: Must Meet Each member: should be 40 Cr
Please Refer Addendum Sl.No D1 Y
56 Section 4 clause 4.3 Combined evaluation: 0.7 Ts + 0.3 Fs We
request you to consider: Combined evaluation: 0.8 Ts + 0.2 Fs Not
agreed. Tender condition prevails. N
57 Section 5 clause TECH-
2,
The majority of the key staff shall be regular members of the
firm for at least six months and
all members of Expertise team shall be regular employees).
This clause is irrelevant as there is no particular “expertise
team”, kindly delete this
clause.
Its only majority and its just preferable N
58 Section 5 clause Form
Tech – 2B
Total value of DDC work done as per audited financial statements
We would like to draw your kind attention that for any
international consulting
organization, it will be very impossible (it will take months)
for any international
organization to find out year wise value of work done for only
Detailed Design
Consultancy works, when the organization is into many fields. We
request you to
consider the “Total value of Consultancy works”. As it is
impossible to get audited
financial statements for 5 years only for DDC work
Not agreed. Please Refer addendum for changes Y
59 Section 5 clause Form
ELI-2
Undertaking For Not Being Blacklisted: We do hereby undertake
that we have not been
blacklisted or deregistered by the Central Government, any state
Government, PSUs or any
Metro Rail authority in India and also that none of our work was
rescinded by the client after
award of contract as per clause 5.2 of Instruction to Bidders
(ITB) during last 10 years
We request you to consider the following: We do hereby undertake
that we have not
been blacklisted or deregistered by the Central Government, any
state Government,
PSUs, any multilateral funding agency or any Metro Rail
authority in India and also
that none of our work was rescinded by the client after award of
contract as per
clause 5.2 of Instruction to Bidders (ITB) during last 05 years
This has been followed
by all government and Metrorail authorities in India.
Please refer addendum. Y
60 Section 5 clause Form
FIN – 1
Form FIN - 1: FINANCIAL DATA Total value of DDC work done as per
audited financial
statements
We would like to draw your kind attention that for any
international consulting
organization, it will be very impossible (it will take months)
for any international
organization to find out year wise value of work done for only
Detailed Design
Consultancy works, when the organization is into many fields. We
request you to
consider the “Total value of Consultancy works”. As it is
impossible to get audited
financial statements for 5 years only for DDC work.
Please refer addendum. Y
61 Section 5 clause Form
FIN – 2
Form FIN - 2: FINANCIAL DATA We understand this format is for
understanding the on-going commitment/ project of
an organization. We request you to consider DDC/GC/PMC for
Metrorail for this
proforma. Same process is followed in DMRC and all other
government authorities
Agreed. Please Refer Addendum Y
Page 7
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
62 Section 5 clause Form
PER – 2
Form PER - 2: Curriculum Vitae (CV) for Proposed Key Experts –
Note: The CVs of the Key
Professional Staff should be signed on every sheet by the
personnel concerned and the last
sheet of each CV should also be signed by the authorized
signatory of applicants
We request you to allow the consultant to use scan signature of
the experts for
submission of proposal. If consultant is awarded the project, CV
with original sign
will be submitted.
Not agreed. Tender condition prevails. N
63 Section 5 clause FIR-1, 2, FIR-1: SAMPLE FORMAT FOR BANKING
REFERENCE FOR LIQUIDITY We understand this certificate is to be
only provided by the consultant whose
liquidity is inadequate Kindly confirm.
Not agreed. N
64 Section 7 clause14.4 &
14.5 Representative, the progress or performance of the DDC's
work is seen to be at any time
inadequate to meet those requirements, the DDC shall take the
necessary steps to improve them
on being so notified
We request you to consider the following: If, in the opinion of
the
Employer/Employer’ Representative, the progress or performance
of the DDC's work
is seen to be at any time inadequate to meet those requirements
(delay which is
attributable to the DDC), the DDC shall take the necessary steps
to improve them on
being so notified.
Not agreed. Tender condition prevails. N
65 Section 7 clause 21 DURATION OF PROFESSIONAL LIABILITY:
Consultant shall not be considered liable for
any loss or damage resulting from any occurrence unless a claim
is formally made on him
before the expiry of the insurances stated in the Conditions of
Contract, i.e., two years from the
date of issue of completion certificate or such date as may be
prescribed by law, whichever is
later.
We request you to consider the following as same has been
followed in all
government authorities. Consultant shall not be considered
liable for any loss or
damage resulting from any occurrence unless a claim is formally
made on him before
the expiry of the insurances stated in the Conditions of
Contract, i.e., one years from
the date of issue of completion certificate or such date as may
be prescribed by law,
whichever is later
Not agreed. Tender condition prevails. N
66 Section 7 clause 31.1 PERFORMANCE GUARANTEE: As stated in the
‘Instruction to Bidders’ (ITB-Clause 14.3)
the consultant shall provide the Employer with a Performance
Guarantee in the form of Bank
Guarantee provided by a Indian branch of Public Sector
Undertaking (PSU) Bank based in
India that is acceptable to the Employer
We would like to draw your kind attention that now all
government and government
authorities accept BG or PBG from private bank, also it takes
much time to take BG
from government bank then as compares to We request you to
consider the
following: As stated in the ‘Instruction to Bidders’ (ITB-Clause
14.3) the consultant
shall provide the Employer with a Performance Guarantee in the
form of Bank
Guarantee provided by a Indian branch of Public Sector
Undertaking (PSU)
Bank/Indian scheduled bank based in India that is acceptable to
the Employer.
Not agreed. Tender condition prevails. N
67 Section 7 clause 34 The consultant shall effect and maintain
Professional Indemnity Insurance (PII) for the amount
in Indian Rupees equal to twice the contract value payable to
consultant, with unlimited
number of incidents in respect of design and services to be
carried out by, or on behalf of
consultant valid from the date of commencement till 2 years
after the date of issue of
completion certificate as mentioned in clause 8.3 above, to the
consultant
We request you to consider the following: The consultant shall
effect and maintain
Professional Indemnity Insurance (PII) for the amount in Indian
Rupees equal to the
contract value payable to consultant, with unlimited number of
incidents in respect of
design and services to be carried out by, or on behalf of
consultant valid from the
date of commencement till 1 years after the date of issue of
completion certificate as
mentioned in clause 8.3 above, to the consultant This has been
followed by all
government and Metrorail authorities for all tenders in
India
Agreed. Please Refer Addendum Y
68 Section 7 clause 38.4 Mobilization Advance: The consultant
shall be eligible for Mobilization Advance up to 5% of
the original contract value in two equal installments on receipt
of an irrevocable bank
guarantee from a PSU Bank in India of the tenderer’s choice. The
advance shall bear an
interest of 12% over existing market rate. The first installment
shall be paid within 30 days
after the submission of the bank guarantee. The second
installment shall be paid after
satisfactory utilization of the first installment of the advance
has been confirmed by the
Employer The bank guarantee shall be in an amount in Indian
rupees and equal to 110% of the
requested Advance amount in the format provided in the ITB. The
bank guarantee shall
become null and void when the full amount for the advance
payment has been recovered by
the Employer.
We would like to draw your kind attention that now all
government or Metrorail
authorities provide mobilization advance without any interest.
We request you to
consider the following: The consultant shall be eligible for
Mobilization Advance up
to 5% of the original contract value in two equal installments
on receipt of an
irrevocable bank guarantee from a PSU Bank in India of the
tenderer’s choice. The
advance shall be free from any interest. The bank guarantee
shall be in an amount in
Indian rupees and equal to 100% of the requested Advance amount
in the format
provided in the ITB. The bank guarantee shall become null and
void when the full
amount for the advance payment has been recovered by the
Employer
Not Agreed.
Please Refer Addendum-1 for modified clause
Y
69 Section 7 clause 38.6 Retention Money: Retention money of
2.5% of the Interim Payment Certificates shall be held
by the Employer without obligation to invest them or account for
interest thereon or to place
them in a designated account. After the issue of the Performance
Certificate, all of the
retention money shall become due to the consultant,
notwithstanding that at the time there may
be outstanding claims by the consultant against the Employer
We would like to draw your kind attention that holding money
will hamper the
consultant’s financial situation. We request you to delete this
clause.
Please Refer Addendum for modified clause Y
70 Section 7 clause 48.4 DELAYS AND LIQUIDATED DAMAGES: The
maximum limit of Liquidated Damages
shall be 10% of the Fixed Lump Sum Price of the Contract as
stated in the LoA
We feel the current penalty is very high, We request you to
consider the following:
The maximum limit of Liquidated Damages shall be 5% of the Fixed
Lump Sum
Price of the Contract as stated in the LoA
Not agreed. Tender condition prevails. N
Page 8
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
71 Section 7 clause 52 (ii) If CMRL considers that DDC is not
discharging his obligations CMRL can inform the DDC
by notice stating grounds for the notice. If a satisfactory
reply is not received within 07 days of
receipt of the notice by DDC, CMRL can by further notice
terminate the Agreement provided
that such further notice is given within 30 days of the DMRC's
former notice
We request you to consider the following: If CMRL considers that
DDC is not
discharging his obligations CMRL can inform the DDC by notice
stating grounds for
the notice. If a satisfactory reply is not received within 15
days of receipt of the
notice by DDC, CMRL can by further notice terminate the
Agreement provided that
such further notice is given within 30 days of the CMRL's former
notice
Not Agreed. Y
72 Section 7 clause 54.2 Termination by the consultant We
request you to please add the following: “If the Client fails to
pay any money due
to the Consultant pursuant to this Contract and not subject to
dispute within forty-
five (45) calendar days after receiving written notice from the
Consultant that such
payment is overdue” This clause is accepted by all government
authorities and GOI
Not agreed. N
73 Section 7 clause 11 Limit of liability: Two times of contract
value We request you to consider the following: Limit of liability:
Equal to the contract
value
Agreed. Please Refer Addendum Y
74 Section 7 clause 13 Amount of performance Guarantee: 7.5% of
agreed contract price stated in the Letter of
Acceptance suitably adjusted in the event of modification of
contact price
We request you to consider the following: Amount of performance
Guarantee: 5% of
agreed contract price stated in the Letter of Acceptance
suitably adjusted in the event
of modification of contact price
Not Agreed. N
75 Section 7 clause 2 TABLE: KEY DATES & LIQUIDATED DAMAGES:
UG KD1 to UG KD9 We feel the current penalty is very high and will
hamper the consultant’s financial
situation. We request you to consider the INR penalty of Rs 1
Lakh/Month for each
items from UG KD1 to UG KD9.
Please refer Addendum. Y
76 Proposal Due Date Looking towards the importance and
complexity of the project, We request to kindly
extend the proposal submission date by minimum 20 working days,
so that
consultant can submit a competitive & comprehensive
proposal.
Agreed. Refer corrigendum N
77
SECTION-4
PROJECT TEAM OF THE CONSULTANT- KEY PERSONNEL In almost all the
positions, desirable Educational Qualification has been mentioned
as
“Postgraduate” whereas in distribution of marks; complete 1 mark
for educational
qualification is awarded to professional with a PHD/Doctrate
degree and half mark is
awarded for a postgraduate degree.
Also, the requirement of PHD/Doctrate is discriminatory and may
reduce healthy
competetion.
We may request you to remove requirement of PHD/Doctrate for
every professional
mentioned in the RFP document.
Agreed. Please Refer Addendum. Y
78 Number of JV Members Request you to please confirm the number
of JV Members allowed in a
single bid
As required to comply tender requirements. N
79
SECTION-4
Bid Capacity: The Tenderers will be qualified only if their
available bid capacity
is more than the approximate cost of work.
Request you to please confirm the approximate cost of work
Bidders quoted amount will be treated as basis for working out cost
of work as it depends on the DDC's output.
N
80
SECTION-4
We understand that for the purpose of DDC - Civil Structural
design, the proof
checking will be treated as equal to the structural design of
structures for evaluation.
Please confirm.
Not agreed. N
81
SECTION-4
clause 5.1
NOTES TO
BIDDER
5.1 In case of joint venture / consortia, full value of the
work, if it was done by the same joint
venture or the entire work was done fully by any of the member,
shall be considered. For
previous works done other than same JV the work experience will
be calculated based on
percentage participation in previous project and added in
proportion to current percentage
participation.
The note 5.1 as mentioned is not in line with the Table -
Eligibility and Qualification
Criteria-QCBS – Reference Point 1 – Consultant’s Experience
record & Technical
proposal for DDC works where the requirements have to be met
jointly by the Joint
Venture.
Please clarify.
Tender condition is self- explanatory. N
82 General Extension of Timeline Request you to provide atleast
4 weeks of time for bid submission post release of response to pre
bid queries
Agreed. Refer corrigendum N
83
Section-1 Clause No. 1.2.11
Date and Time of Submission of Tender 22/03/2018 upto 14:00 hrs
at office of the Additional
General Manager (Contract Procurement)/CMRL, Address as
mentioned in item No. 8 above.
It is requested to kindly extend bid submission date by at least
4 weeks from date of
reply of clarification to prepare the bid to the satisfaction of
Chennai Metro Rail
Limited.
Agreed. Refer corrigendum N
84 Section-1, Notice Inviting Tender
Clause No. 1.2.2
Tender Security Amount (EMD) INR 2.11 Cr. (Rupees Two Crore
Elven Lakhs only) or US
$332,285/- (US Dollars Three Hundred Thirty-Two Thousand and Two
Hundred Eighty-Five
Only). Bidders are to provide their GST registration
details.
For Foreign Partners. Kindly allow to submit GST details
subsequent to award of
work and before execution of contract agreement.
Agreed .Please refer Addendum. Y
Page 9
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
85 Section-1, Notice Inviting Tender
Clause No. 2.5 Blacklisting and Deregistered Tenderers should
not have been blacklisted or deregistered by
the Central Government, Government of Tamil Nadu, any PSU of
Central Government or
Government of Tamil Nadu or any Public Sector Metro in India
during the last 10 years. Also,
the Tenderer must not have failed to take possession or to
commence any Contract after the
Award of Contract.
We request you to kindly modify as “Tenderers should not have
been blacklisted or
deregistered by the Central Government, Government of Tamil
Nadu, any PSU of
Central Government or Government of Tamil Nadu or any Public
Sector Metro in
India at time of submission of bid Also, the Tenderer must not
have failed to take
possession or to commence any Contract after the Award of
Contract.
Recently DMRC are floated the three Package’s for detail design
Consultancy the
same clause mentioned in the RFP i.e. the bidder should not have
been blacklisted or
deregistered at time of submission of bid the same document
enclosed for your ready
reference
Please refer Addendum. Y
86
Section-2, Instruction to
bidders
Clause No. 10.1
(a)
Tender Security (EMD) along with tender documents fee
(applicable for downloaded tender
documents from internet) in original in a separate sealed
envelope. It must be noted that in case
of a JV/Consortium, the Bank Guarantee (EMD in the form of Bank
Guarantee) must be on
behalf of the JV/Consortium
We request you to kindly allow the Bank Guarantee(EMD) in the
form of Bank
Guarantee should be submitted in the proportionate of Joint
Venture partners from
their respective banks in India.
Agreed. Please refer Addendum. Y
87
Section-2, Instruction to
bidders
Clause No. 10.1
(f) & (g)
Contents of (f) Technical Proposal along with credentials of
each Technical company/JV,
consortium all attested copies to be Packages attached. (g) All
the issued or down loaded
Tender documents (all Volumes including addenda &
Corrigenda), duly signed and stamped
on each page by the authorized representatives of all parties of
the JV/Consortium
In the view of the fact that we understand that attested copies
means self-attestation
by all partners for their respective documents by authorised
signatory. Please clarify.
In this respect please allow us to submit the undertaking stated
that we accept the all
conditions of tender document & Corrigendum’s.
Agreed. Please refer Addendum. Y
88
Section-2, Instruction to
bidders
Clause No.
10.3.1
Experience of If DDC has performed design services as a prime
the firm consultant for private
contractor such experience will be considered for evaluation.
Design services performed as sub-
consultant to prime DDC consultant for any work shall not be
considered for technical
evaluation.
In the view of the fact that If Consultant has done the work as
client approved sub-
consultant then their experience should be considered for
evaluation. Please clarify
Not agreed. Tender condition prevails. N
89Section-2, Instruction to
bidders Clause No. 12.6.a)
Cover-A Bid Security (in accordance with ITB 21) Technical Bid
(Envelope-1) In the ITB (Instruction to Bidder) last clause is 19,
data security. We request you to
please provide the ITB Clause no. 21.
Should be read as ITB 14. Please Refer Addendum Y
90
Section-2, Instruction to
bidders
Clause No. 17.5 The location of central/main office of the
consultant shall be such as agreed with CMRL, but
shall in any case be located in Chennai only for better
coordination
Please clarify that for better co-ordination the coordinator for
each discipline shall be
provided. However, the required expert shall be available in
Chennai during concept
design stage, Preliminary design stage and Definitive Design
stage. During construct
support separate team will be provided.
Please Refer Addendum. Y
91 Section-3
Clause No. 1.2 &
1.4
Relevant Documents:
Extent of Design Services:
Please confirm that building Condition Survey Report will be
made available to DDC
by Chennai Metro Rail Ltd.
Please clarify that no NATM tunnel are contemplated in the
alignment.
Yes.
DDC shall suggest if NATM tunneling is feasible along the
alignment.
N
92 Section-3
Clause No. 1.4(f)
Proof Checking of structural design and scheme of construction
suggested by the contractor. This means the contractor is allowed
to change the design proposed by DDC. Please
confirm.
Please Refer Serial No. 14 Above. N
93 Section-3
Clause No. 4.23
Upon award of system wide contracts, based on the requirements
of system-wide contractors
DDC should modify the designs to attain best-fit and suitable
solutions.
It is presumed that system wide contractor will be appointed by
CMRL during Detail
Design stage. Please confirm.
Incorrect N
94 Section-3
Clause No. 5.1 (w)
The initial vertical and horizontal alignment of the relevant
stretch inclusive of its geometrics
will be provided by Employer/Employer’s Representative in soft
copies. DDC should review
the alignment considering site constraints geological &
geotechnical conditions, resettlement &
rehabilitation proposals etc. and submit a revised alignment
drawings along with soil
lithological profiles to Employer/Employer’s Representative for
notice of no objection.
DDC will only review the alignment. Modification, if any, will
be carried out by
CMRL. Please confirm.
In case modification is recommended by DDC and accepted by CMRL,
then all
necessary investigations/Studies to be conducted by CMRL.
DDC has to design the alignment and modified alignment
drawings has to be submitted without time and cost
implications
to CMRL. Please Refer Serial No. 4 Above.
N
95 Section-3 Clause No. 5.3 The key aspects covered by the DDC:
Fabrication Drawing Fabrication drawings for all steel structure
shall be provided by Contractor. The DDC
will review the same
Agreed. Please Refer Addendum Y
Page 10
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
96 Section 4:Eligibility &
Qualification Criteria
Clause 1.1 Total years of experience in the field of detailed
design consultancy services (*
aggregation of individual experiences of JV/consortium members
shall not be done)
We understand that DDC (Detail Design Consultancy) services
includes Detailed
design of tunnel (including bored, NATM, Cut & Cover
tunnels) and underground
stations, Elevated Viaduct and Elevated stations for Metro Rail
Project. Kindly
confirm.
Yes N
97 Section 4:Eligibility &
Qualification Criteria
Clause 1.2 Total value of DDC contract done in metro rail/ rapid
transit/ mass transit/ MRTS or any other
rail based transit system during last five years in India or
abroad.
We understand that DDC (Detail Design Consultancy) services
includes Detailed
design of tunnel (including bored, NATM, Cut & Cover
tunnels) and underground
stations, Elevated Viaduct and Elevated stations for metro rail/
rapid transit/ mass
transit/ MRTS or any other rail based transit system.
Ongoing Projects also will be consider if they have received
required fees to qualify
in the bid. Please confirm.
Ongoing projects which are substantially completed (above
60%) only shall be considered.
N
98 Section 4:Eligibility &
Qualification Criteria
Criteria 1.1,
1.2, 1.3 & 1.4
If the work has been done by the foreign partner of JV and the
work was done in the country
of the foreign partner then in addition to this, the foreign
partner must have done work equal to
the work experience requirement outside the country of its
origin..
We understand that foreign partner must have done any (proof
checking or
GC/PMC) metrorail/railway/HSR work equal the work experience
outside the
country of the foreign partner, this work need not to be DDC
(Detail Design
Consultant) of viaduct, underground and elevated stations.
Please confirm
Please Refer Addendum. Y
99 Section 3: Scope of
Work
Clause 1.7
Property
Development
Identification of Property Development area within the station
structures and, submission
of technical & financial viability report of the proposals
excluding commercials.
Consultant should explore the possibility of accommodating
negative spaces of metro
stations to accommodate with some abutting public structures or
integrate the station
building with adjacent properties as the case arise or civic
infrastructure authorities
allow to employ judicious and optimized value engineered
solutions to satisfy various
public and private stakeholders and additionally help obtain
non-fare box revenue for
CMRL. Consultant should produce architectural and structural
design of Property
Development area wherever required, including design of Building
Services (MEP, fire
Detection & suppression, Air Conditioning, water supply,
sewerage etc. The Property
development can be integrated with stations or stand alone.
Please define the word “Stand alone”. Having separate /
independent entrance N
100 SECTION-4:
ELIGIBILITY &
QUALIFICATION
CRITERIA
1. (C) Criteria 1.1, 1.2, 1.3 & 1.4: If the work has been
done by the foreign partner of JV and the
work was done in the country of the foreign partner then in
addition to this, the foreign partner
must have done work equal to the work experience requirement
outside the country of its
origin.
This stipulation is exhaustive in combinaton with the
requirements set on criteria 1.1,
1.2, 1.3 & 1.4. E.g. when considering total value of DDC
contracts in the last five
years (Criterion 1.2).
It is proposed that additional marks are awarded to the foreign
partner that can prove
equal experience outide the country of its origin.
Please Refer Addendum. Y
101 SECTION-5
TECHNICAL
BIDDING FORMS
Form Tech –
2A: WORK
EXPERIENCE
Note 3. All the details should be supported by documentary proof
e.g. completion certificates
from client and concerned Consultant/Architect otherwise it will
not be considered.
For such demanding value of DDC contracts during the last five
years it is almost
impossible for a firm to have already received completion
certificates.
It is proposed that any contract of such DDC services to be
treated as substantially
completed if the consultancy fees received under the said
contract is at least 70% of
the contract value.
Ongoing projects which are substantially completed (60%)
only
shall be considered.
N
102 SECTION-4:
ELIGIBILITY &
QUALIFICATION
CRITERIA
4.1 Technical
Bid Scoring
Total Maximum score a bidder can get is 100 Marks Total sum of
maximum marks, that a bidder can claim, as foreseen in table of
eligibility and qualififcation criteria equals to 90.
Kindly amend the marking system.
Please Refer Addendum. Y
103 General Revised NIT
CMRL/ Phase
II/ DDC/
P2C301/ 2018,
Corrigendum
No. 1, 11
Date and time of submission of tender, 22/03/2018 upto 14:00 Hrs
at office of Additional
General Manager, ( Contract Procurement) , CMRL, Address as
mentioned in item no. 8
above,
In order to prepare and submit a competitive and well prepaerd
technical proposal,
we would highly appreciate for an extension of the deadline for
the tender
submission for six weeks.
Refer corrigrendum N
Page 11
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
104 Section 2: Instruction
to bidders
Contents of
technical
proposal: clause
10.3.1,
Experience of
the firm Tech
2A & Tech 2B
Status up to 30th December 2017
12. Percentage of works completed
13. Value of work certified till date.
It is mentioned that the Employers certificate containing the
following details for
each contract submitted for evaluation under this criteria
"under Status up to 30th
December 2017 (point number):
12. Percentage of works completed
13. Value of work certified till date"
We understand that the partially completed work will also be
considered for
evaluation?
Ongoing projects which are substantially completed (60%)
only
shall be considered.
N
105 Section 4:Eligibility &
Qualification Criteria
Clause No. 1 Clause No. 1 Evaluation and Qualification Criteria,
Point No. 1.2. Page No. 3 Criteria for evaluation mentions that
total value of DDC contract done in metro rail/
rapid transit/ mass transit/ MRTS or any other rail based
transit system during last
five years in India or abroad" will be considered.
We would request to kindly include 'Road Tunnels' also in this
criteria? Most of the
railway clients viz. IRCON, RVNL, North East Frontier Railway
(NFR), East Coast
Railway (ECoR) etc. accepts the road tunnel experience.
Experience involving TBM tunnel of diameter more than 6m
may be considered.
N
106 Section 4:Eligibility &
Qualification Criteria
Clause No. 1 Clause No. 1 Evaluation and Qualification Criteria
The marks mentioned for:
1. Consultants experience record and technical proposal for DDC
works = 40
2. Financial Standing = 25
3. Technical & organisation capability = 25
Total = 90
The total marks works out to be 90 instead of 100. Kindly
clarify.
Please refer Addendum. Y
107 Section 4:Eligibility &
Qualification Criteria
Clause No. 1.3 Clause No. 1.3 Specific Experience It is
mentioned that "Specific experience in last 10 years for relevant
Detailed
Design Consultancy Experience in underground stations,
tunnelling in urban area /
MRT Project
Requirement & Mark allocation
a) 20 UG stations (3 marks)
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
109 Section 4:Eligibility &
Qualification Criteria
Clause No. 1.6 , Design Facilities Requirement of Design
Facilities and marks allocation
a) Experience in 3D BIM integrated/ migrated design facilities
involving designing of
whole project with software like Revit, Tekla & Revit MEP,
Newis works, software-
2 Marks, or,
b) Experience in conventional design of whole project with
AutoCAD, STADD pro,
Plaxis, WALLAP & other conventional software and 3-D view
development through
3DsMAX, MAYA, REVIT, Sketchup etc.- 1 Mark
In case of JV all parties must meet requirement"
We understand that licensed copies of the softwares mentioned
will be sufficient to
meet the criteria. Kindly Confirm?
(a) Please Refer Addendum S.no. D1.
(b) Refer submission requirement
Y
110 Section 4:Eligibility &
Qualification Criteria
Clause No. 1 Evaluation and Qualification Criteria The marks for
item 1.3 to 1.7 for each JV member are directly added and no factor
is
required as per percentage participation of JV members. Kindly
confirm
Yes N
111 Section 4:Eligibility &
Qualification Criteria
Clause No. 3, Project Team of the Consultant - Key Personnel It
is mentioned "Desirable Educational Qualification" for Project
Manager, Lead
Designer/ Underground (stations & tunnels), Lead Designer/
Tracks in case of PHD/
Doctorate-1 marks: Post graduate- 0.5 marks"
We would request the authority to kindly allocate 0.25 marks for
these positions if
the candidate is a Graduate Degree holder as has been provided
in other positions.
Please refer Addendum. Y
112 Section 4:Eligibility &
Qualification Criteria
Notes to Bidder, Clause No. 5.4, Point no. b It is mentioned
"Value of existing commitments for on-going construction works
during period of 48 months w.e.f. 31.12.2017.has to be submitted
by the Tenderer"
Kindly clarify whether if the work mentioned is of Construction
work or DDC
works? It should be DDC works.
Please refer Addendum. Y
113 Section 5: Technical
Bidding form
Form Tech 2A: Work Experience, Point No. 5c It is mentioned to
provide particulars of " Length of Metro Rail Tunnel"
The RFP in Section No. 4 Eligibility and Qualification Criteria,
Clause No. 1 of
Evaluation and Qualification Criteria, Point No. 1.2. Page No. 3
mentions about
DDC contract done in metro rail/ rapid transit/ mass transit/
MRTS or any other rail
based transit system during last five years in India or abroad
whereas in this form
there is mention of only metro rail. Kindly clarify? We would
request to kindly add
Road Tunnels also to get more competitive bidding?
Please Refer Serial No. 105 above. N
114 General We hope that CMRL will provide the consultant with
the following:
• Detailed Topo Survey
• Geotechnical Investigation along the entire alignment
• Building condition Survey along the alignment and influence
zone of tunnel and
station
• Alignment design and subsequent change if any will be provided
by CMRL. DDC
will carry only review
Kindly confirm.
(a) Please Refer Addendum
(b) Yes, But, GIR to be made by DDC
(c) Building Condition Survey is part of scope of works of
DDC
(d)Not agreed. Alignment design is by DDC
N
Page 13
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
115 Section 7:
Conditions of
Contract (PART-II)
Particular Conditions
& Contract Forms
Clause No. 2: Table: Key Dates & Liquidated Damages, Page
No.3-7, UG KD 8 (A) It is mentioned that " Civil, Structural and
architectural designs along with final
submission of Multi-modal integration (MMI) schemes & plans,
road restoration, site-
reinstatement and landscaping plans: 390 days".
The period of 390 days (effectively allowing only 60 days) looks
very optimistic,
based on past experience in similar type of projects. It is
suggested that same be
subdivided into further key dates.
Not agreed.Your understanding is incorrect. N
116 Section 7:
Conditions of
Contract (PART-I)
General Conditions of
Contracts
Clause No. 34: Professional Indemnity Insurance; Page No. 18.
The condition demands to maintain a PII for the amount twice the
contract value
payable to consultant.
We request to keep it equal to the contract value.
Agreed. Please Refer Addendum. Y
117 Section 4:Eligibility &
Qualification Criteria
Clause No. 2 , Financial Standing We understand that to qualify
various financial conditions under subsections of
section 2 (Financial Standing) the financial credentials of
holding/group company
shall be considered. Kindly clarify.
Please Ref Sl.No.11 above. N
118 Section 4:Eligibility &
Qualification Criteria
2.4 Financial
Standing
Profitability in the last 3 years in which last 2 years should
be positive Request to kindly amend the condition as follows:Profit
before tax should be
Positive in atleast 2 (two) year, out of the last five audited
financial years.
Relaxation in the above condition to this extend will enable the
Authority to get more
foreign (particularly European) bidders which are otherwise
technically sound and
have vast expeience in underground Metro construction design.
Many such
companies including our's business model dont have their main
thurst mere on short
term profitability but otherwise have bigger set up across the
worls and maintain the
networth and working capital to meet the cost of the projects
and spend majorly on
keeping high standards on technical establishment and
professional's renumerations
and social securities Thus practice is being adopted by many
government tendering
agencies viz. Rail Vikas Nigam Ltd (RVNL), Delhi Metro Rail
Corporation
(DMRC), etc.
Please refer Addendum. Y
119 Section 2: Instruction
to bidders
General
Provisions
Point 10.1 of
the Table
(a) Tender Security (EMD)………………. It must be noted that in case
of a JV/Consortium,
the Bank Guarantee (EMD in the form of Bank Gurantee) must be on
behalf of the
JV/Consortium
Since the JV will be an unincorporated entity during the time of
bid submission, it is
therefore impossible to arrange the Bank Guarantee for Bid
Security in the name of
or on behalf of JV from the individual bank of the any partner
firm. We therefor
request please amend the condition allowing the Lead member of
JV to arrange Bank
Gurantee for Bid Security in its name or JV member should
arrange the Bid Security
separately in proportion to their share in the JV. Further,
kindly allow the EMD in the
form of Demand Draft/FDR also
Agreed. Please Refer Addendum. Y
120 Bank certificate for Banking Reference for Liquidity We
understand if the bidder have required working capital which is
certified in the
annual financial sheets of Bidder and have the positive net
worth, in that case the
Bank certificate for banking reference is not required- Kindly
clarify
Not agreed. N
121 FORM PER 2: Curriculum Vitae (CV) for proposed Key Experts
Note:
The CVs of the Key Professional Staff should be signed on every
sheet by the personnel
concerned and the last sheet of each CV should also be signed by
the authorized signatory of
the applicants.
We request to kindly allow the scan signature of the proposed
key staff on CV, since
many of the experts remain deployed at remote sites and would
not be able to arrange
the signed hard copies of CV.
Not agreed. N
122
3. Conflict of Interest
3.1) Please note that the DDC organization who will be awarded
this work may be considered
for general consultancy/ Project Management consultancy works
for future CMRL contracts,
only when subject organization shall be participating as a
separate entity of its organization,
maintaining separate key personnel and non-key personnel, not
engaged in the work of these
present DDC contracts (i.e. P2C3-01, P2C3-02 & P2C5-03).
Non-compliance of the above
will lead to stern action as appropriate including blacklisting
of the subject consultant for
future contracts of Chennai Metro Rail Limited.
3.2.2) Conflict Assignments
Conflict among consulting assignments: Neither a Consultant nor
any of its affiliates shall be
hired for any assignment that, by its nature, may be in conflict
with assignment of the
Consultant.
You have mentioned that consultants undertaking the present DDC
work may be
considered for GC or PMC in future provided they keep separate
key and sub-key
personnel in 3.1. Where as in 3.2.2 you have indicated that
neither a consultant nor
its affiliates shall be hired for future assignments, which may
be in conflict with
assignment of the consultant.
Our Understanding- With this two clauses, it is not clear
whether a consultant
already employed by CMRL for DDC work will be awarded GC/PMC in
future-
Kindly Clarify.
Please Refer Addendum for modified clause Y
Page 14
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
123
3. Conflict of Interest &
Section-4
Evaluation &
Qualification Criteria
3.2.4) One Bid Per Bidder
Based on the “One Bid per Bidder” principle, which is to ensure
fair competition, a
Consultant, and any affiliate that directly or indirectly
controls, is controlled by, or is under
common control with that Consultant shall not be allowed to
submit more than one proposal,
either individually as a Consultant or as a member of a Joint
Venture.
d. Award of Multiple contract criteria: Bidders are allowed to
participate for DDC contract
packages P2C3-01, P2C3-02 & P2C3-05. Bidders may propose
different teams of key
personnel separately.
If the bidder is found to obtaining highest marks in all three
DDC contract packages, he will be
awarded maximum of two packages based on least cost combination
(for two packages) to the
CMRL.
However, in case bidders bid for all three packages with the
same Key personnel, and he is
able to secure highest marks in all the packages, they will be
considered for only one package
which ever, is least cost to CMRL.
As the two clauses are contradicting, we request you to kindly
clarify the following:
1) Can one company bid for all the three packages with different
JV partners.
2) Can a bidder participate in more than one bid?
3) We understand that its one proposal per consultant whether as
an individual or as
a member of JV. Please enlighten us.
(1) Yes
(2) Yes
(3)Refer Addendum
Y
124 General Query You have mentioned about forming JV but there
is no indication of number of Joint
Venture partners. Please confirm how many companies can form the
JV/Consortium.
As required to comply tender requirements N
125 18.) LIABILITY OF
CONSULTANT TO
THE EMPLOYER – –
Section-7
18.) Liability of the consultant to the Employer:
a) Consultant shall be liable to the Employer till the issue of
the Performance Certificate. The
Employer shall issue Performance Certificate to the consultant
after the completion of duration
of professional liability.
b) The consultant shall be issued Performance Certificate by the
Employer stating that the
consultant has completed his obligation to the Employer’s
satisfaction. Only the issue of
Performance Certificate shall be deemed as fulfilment of
consultant’s obligations with respect
to this contract subject to clause 21
c) Consultant shall only be liable to pay compensation to the
Employer arising out of in
connection with the Agreement for a breach of Contract. Such
compensation shall be limited to
the amount specified against limitation of Liability mentioned
in Conditions of Contract.
Normally in all externally aided project, liability of
consultant is up to the contract
value. But in this RFP there is no mention of period of
liability. Kindly clarify.
18 (a) is self-explanatory N
126 Section: 3
Clause-1.2
& Section: 3
Clause-1.12
1.2 Relevant Documents
a) CMRL has already prepared a Detailed Project Report for the
Phase-II, of Chennai Metro
rail, and the design stages will be broadly based on this study.
The relevant section of the DPR
can be given to the successful bidder upon award of work through
a written request to CMRL.
b) The field of intervention of the Detail Design Consultant
will be in the following disciplines:
Civil-Structural Works, Track design works, Architecure design
works and Building Services
(E&M, Environment Control Sysytem (VAC), TVS, BMS, SCADA
etc) as specified in this
scope of works.
c) All available design data available in Detailed project
Report such as topographic surveys,
utility surveys, commuter traffic data etc. & geotechnical
information shall be made available
to the Detail Design Consultant at the appropriate time after
award of work as requested in
writing by the consultant. The DDC shall study all
subsurface and sub-soil data provided by CMRL which shall be
used for design works
It is mentioned in
CHAPTER 2: services to be performed by the DDC prior to the
award of
construction contracts: (survey and investigation)
It is clearly indicated in this chapter that topographical
surveys needs to be done and
Geotechnical interpretation report to be prepared.
Submit interpretative soil investigation report and input data
for structural and
foundation design for individual buildings/ structures/
equipment.
We understand that in order to do such necessary activities we
have to consider
separate cost during bidding where as in 11. Financial Bid
(Instruction to bidders)
Section-2, you have mentioned to consider Survey cost as lump
sum. We request
CMRL to kindly break the cost as per the various surveys to be
undertaken by the
DDC to avoid cost surge while preparing financial proposal.
Not agreed. Tender conditions prevail. Refer Addendum Y
127 General Query We request CMRL to kindly provide us the
Estimates (man-months) of the Experts
needed to carry out the assignment. Also we request CMRL to
confirm us the
minimum necessary inputs required in Chennai for experts.
DDC shall estimate and submit mobilization schedule as per
PER-4
Y
128 Section-4 Eligibility &
Qualification criteria
Experince and Qualification:
Qualfication – PHD / Doctorate or Postgraduate
For all the key experts you have desired to have a PHD candidate
as the key expert.
We would like to request you to allow postgraduate in lieu of
PHD as getting PHD
candidates will be a challenging task and kindly amend the
marking accordingly.
Agreed. Refer addendum-1. Y
Page 15
-
S.NoSection in Tender
Document
(P2C301)
Clause Tender Condition Query CMRL CommentsAddendum Issued
(Y/N)
129 General Query You are adopting QCBS: 70:30, we request you
to amend this to 80:20 which is a
general practice in most of the consultancy work of such
magnitude.
Not agreed. Tender conditions prevail. N
130 Section-7 General
Condition of Contract
This assignment involves extensive coordination between the
Southern Railway,
CMRL and other Government Departments. It is expected that these
liquidated
damages would be claimed only in the event that the delay is
solely attributable to the
Consultant and it may be noted that delay in provision of
data/inputs necessary for
the study mainly by Railways/CMRL might delay the progress of
the Consultancy
services and we request that in such an event, the liquidated
damages not be claimed
by CMRL
Shall be decided on case to case basis based on responsibility
of
delay determined. Employer's decision in this regard will be
final and binding.
N
131 Section 2: Instruction
to Bidder,
clause 3 and
3.2.2- Conflict
of Interest and
Conflict
Assignments
Clause 3.1) Conflict of Interest
Please note that the DDC organization who will be awarded this
work may be considered for
general consultancy/ Project Management consultancy works for
future CMRL contracts, only
when subject organization shall be participating as a separate
entity of its organization,
maintaining separate key personnel and non-key personnel, not
engaged in the work of these
present DDC contracts (i.e. P2C3-01, P2C3-02 & P2C5-03).
Non-compliance of the above
will lead to stern action as appropriate including blacklisting
of the subject consultant for
future contracts of Chennai Metro Rail Limited.
Clause 3.2.2) Conflict Assignments
Conflict among consulting assignments: Neither a Consultant nor
any of its affiliates shall be
hired for any assignment that, by its nature, may be in conflict
with assignment of the
Consultant.
As per our understanding, the Consultants undertaking the
present DDC work may
be considered for GC or PMC in future provided they keep
separate key and sub-key
personnel in 3.1. However, in Clause 3.2.2 it is indicated that
neither a consultant nor
its affiliates shall be hired for future assignments, which may
be in conflict with
assignment of the consultant.
The mentioned above two clauses contradicts, we request fo