Top Banner
NBCC Place, Bhishma Pitamah Marg, Pragati Vihar, New Delhi-110003. DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE TRAINS SUPPLIED BY MRM CONSORTIUM TENDER ‘RS13’ (VOLUME 1) NOTICE OF INVITATION TO TENDER INITIAL FILTER DOCUMENTS INSTRUCTIONS TO TENDERERS (INCLUDING ANNEXURES) FORM OF TENDER (INCLUDING APPENDICES)
234

TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Jan 31, 2018

Download

Documents

phamhuong
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: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

NBCC Place, Bhishma Pitamah Marg, Pragati Vihar, New Delhi-110003.

DELHI METRO RAIL CORPORATION LIMITEDMASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’

TYPE TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

(VOLUME 1)

NOTICE OF INVITATION TO TENDER

INITIAL FILTER DOCUMENTS

INSTRUCTIONS TO TENDERERS (INCLUDINGANNEXURES)

FORM OF TENDER (INCLUDING APPENDICES)

Page 2: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 3: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’

TYPE TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

(VOLUME 1)

• NOTICE OF INVITATION TO TENDER

• INITIAL FILTER DOCUMENTS

• INSTRUCTIONS TO TENDERERS (INCLUDING ANNEXURES)

• FORM OF TENDER (INCLUDING APPENDICES)

NBCC Place, Bhishma Pitamah Marg, Pragati Vihar, New Delhi-110003.

Page 4: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 5: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Volume 1

DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

TENDER DOCUMENTS

Summary of Documents Volume 1

• Notice of Invitation to Tender

• Initial Filter Documents

• Instructions to Tenderers (including Annexures)

• Form of Tender (including Appendices)

Volume 2

• General Conditions of Contract

• Special Conditions of Contract (including Schedules)

Volume 3

• Employer's Requirements- General Specification

• Employer's Requirements- Technical Specification

Volume 4

• Tender Drawings (CD)

• Safety, Health and Environment Manual

Page 6: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 7: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Volume 1

DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

(VOLUME 1)

• NOTICE OF INVITATION TO TENDER

• INITIAL FILTER DOCUMENTS

• INSTRUCTIONS TO TENDERERS (INCLUDING ANNEXURES)

• FORM OF TENDER (INCLUDING APPENDICES)

NBCC Place, Bhishma Pitamah Marg, Pragati Vihar, New Delhi - 110003

Page 8: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 9: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Notice of Invitation to Tender

DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’ (VOLUME 1)

NOTICE OF INVITATION TO TENDER

NBCC Place, Bhishma Pitamah Marg, Pragati Vihar, New Delhi - 110003

Page 10: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 11: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Notice of Invitation to Tender

Page 1 of 3

DELHI METRO RAIL CORPORATION LIMITED

Our Ref: Date:

TO FROM_ Managing Director,

Delhi Metro Rail Corporation Ltd,NBCC Place,Bhishma Pitamah Marg,Pragati Vihar,New Delhi - 110003

DELHI METRO RAIL CORPORATION LIMITED

MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘ RS13’

NOTICE OF INVITATION TO TENDER

Delhi Metro Rail Corporation Ltd. (DMRC) invites sealed tenders from agencies on internationalcompetitive bidding (ICB) basis for the design, manufacture, supply, testing and commissioning ofBroad gauge cars for the project. The cars to be supplied under this tender shall be compatiblewith and suitable for integration with the existing Broad Gauge ‘RS1’ type trains of DMRCsupplied by MRM Consortium.

The Tender Documents describing the Scope of Work and the Terms and Conditions for theContract are enclosed with this Notice of Invitation.

Proposals for this Tender are being called by the Delhi Metro Rail Corporation Limited.

Tender Documents comprise four volumes:

Volume 1

Notice of Invitation of Tender Initial Filter Documents Instructions to Tenderers (including Annexures) Form of Tender (including Appendices)

Page 12: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Notice of Invitation to Tender

Page 2 of 3

Volume 2

General Conditions of Contract Special Conditions of Contract (including Schedules)

Volume 3

Employer’s Requirements – General Specification Employer’s Requirements – Technical Specification

Volume 4

Tender Drawings (CD) Safety, Health and Environment Manual

The Tender Documents are available on payment of non-refundable fee of INR. 21,000 (RupeesTwenty One thousand only) (INR. 20,000 + 5% VAT) or US $ 400 (US Dollar Four Hundred only)in the form of a crossed Demand Draft /Banker’s Cheque drawn in favour of ‘Delhi Metro RailCorporation Limited’, payable at New Delhi, either in person or up on submission of writtenapplication along with above mentioned fee, from 1000hrs to 1700 hrs on any working daybetween 22.08.14 to 17.11.14 (both days included) and on 18.11.14 from 1000hrs to 1100 hrsfrom:

Chief Electrical Engineer/Rolling Stock-IIDelhi Metro Rail Corporation Ltd.,3rd Floor, NBCC Place,Bhishma Pitamah Marg,Pragati Vihar,New Delhi, - 110003

Proposals must be received by the Chief Electrical Engineer/Rolling Stock-II at the addressspecified above, not later than the date and time noted in Appendix FT-1 to the Form of Tender.A receipt of submission will be issued free of charge.

Bids submitted with ‘Downloaded’ ‘Tender Documents’ shall include a non-refundabletender fee of INR 21,000/- (Rupees Twenty One thousand only) or US $ 400 (US Dollar FourHundred only) in the form of crossed Demand Draft/Banker’s Cheque drawn in favour of‘Delhi Metro Rail Corporation Ltd. ’ payable at New Delhi to be submitted along with‘Technical Package’ of Tender submission. Bids submitted based on ‘Downloaded’‘Tender Documents’ but without the above said tender fee, shall be rejected summarily.

Please note carefully the requirements for submitting tenders, and the date and time forsubmittal. Late or delayed tenders will not be accepted. Tenders shall be valid for a periodas specified in Appendix FT-1 to Form of Tenders and shall be accompanied by Tendersecurity/Guarantee in the form of a Banker’s Cheque/Demand Draft issued in favour of “DelhiMetro Rail Corporation Ltd.” payable at New Delhi or Fixed Deposit Receipt of a ScheduledCommercial Bank/ Post office based in India duly pledged in favour of ‘Delhi Metro RailCorporation Ltd.’ or in the form of an Irrevocable Bank Guarantee issued by a ScheduleCommercial Bank based in India in the prescribed format as detailed in tender documents, for anamount as specified in Appendix FT-1 to Form of Tenders, and described in paragraph C17 of theInstructions to Tenderers (ITT). In case of tenderer being a Joint Venture/Consortium, the Tender

Page 13: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Notice of Invitation to Tender

Page 3 of 3

Guarantee shall be submitted in the name of Joint venture/ Consortium and not in name ofindividual members, failing which the tender shall be summarily rejected.

The Tender Guarantee so submitted shall be supported with a joint undertaking signed by each ofthe Joint Venture/Consortium member, indicating that they have backed up the TenderGuarantee value in proportion to their share specified in the Consortium/Joint VentureAgreement/Memorandum of undertaking, on pro-rata basis.

Government of India has availed for an ODA Loan from Japan International Cooperation Agency(hereinafter referred to as JICA) towards the cost of Delhi Metro Rail Corporation MRTS Phase IIIProject, and intends to apply part of the proceeds of the loan to payments under the Contract.Disbursement of an ODA loan by JICA will be subject, in all respects, to the terms and conditionsof the Loan Agreement, including the disbursement procedures and the “Guidelines forProcurement under JICA ODA Loans”. No party other than the Government of India shall deriveany rights from the Loan Agreement or have any claim to the loan proceeds. The above loanagreement will cover only a part of the project cost.

JICA requires that bidders and contractors, as well as Government of India, under contractsfunded with JICA ODA Loans and other Japanese ODA, observe the highest standard of ethicsduring the procurement and execution of such contracts. In pursuance of this policy, JICA:

a) will reject a proposal for award if it determines that the bidder recommended for awardhas engaged in corrupt or fraudulent practices in competing for the contract in question;

b) will recognize a contractor as ineligible, for a period determined by JICA, to be awarded acontract funded with JICA ODA Loans if it at any time determines that the contractor hasengaged in corrupt or fraudulent practices in competing for, or in executing, anothercontract funded with JICA ODA Loans or other Japanese ODA.

Page 14: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 15: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Documents

DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’ (VOLUME 1)

INITIAL FILTER DOCUMENTS

NBCC Place, Bhishma Pitamah Marg, Pragati Vihar, New Delhi - 110003

Page 16: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 17: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender’ RS13’ Initial Filter Documents

DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF

74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

INITIAL FILTER DOCUMENTS

LIST OF CONTENTS Description Pages INITIAL FILTER EVALUATION CRITERIA 1 to 9 INITIAL FILTER QUESTIONNAIRE 1 to 28

Page 18: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 19: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Evaluation Criteria

Page 1 of 9

DELHI METRO RAIL CORPORATION LIMITEDMASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

INITIAL FILTER EVALUATION CRITERIA

Page 20: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Evaluation Criteria

Page 2 of 9

TABLE OF CONTENTS

Description Page

PREAMBLE..................................................................................................................................... 3

(A) FILTER OF APPLICANTS – CHECKLIST ............................................................................. 4

(B) ASSESMENT TOPICS........................................................................................................... 6

(C )BID CAPACITY EVALUATION…………………………………………………………………….8

(D) SUMMARY OF EVALUATION CRITERIA…………………..……………………….………….9

Page 21: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Evaluation Criteria

Page 3 of 9

PREAMBLE

The cars to be supplied under this tender shall be compatible with and suitable

for integration with the existing Broad Gauge ‘RS1’ and ‘RS6’ type Rolling Stock

of DMRC supplied by the MRM consortium (Mitsubishi Corporation/Japan,

Hyundai Rotem Company/Korea and Mitsubishi Electric Corporation/Japan) and

BEML/India respectively. Members of the MRM Consortium as well as

BEML/India individually stand qualified for bidding against this tender and are

considered to have fulfilled the ‘Initial Filter Evaluation Criteria’ requirements of

this tender. Accordingly, MRM Consortium and/or its members and/or

BEML/India submitting bid against this tender, need not submit the documents

required for ‘Initial Filter Criteria’ evaluation. All such bids shall be subjected to

technical evaluation as per the tender conditions.

All other tenderers shall meet the ‘Initial Filter Evaluation Criteria’. All such bids,

who qualify in the ‘Initial Filter Evaluation Criteria’, shall be subjected to technical

evaluation as per the tender conditions.

Tenderers to note that the supplier of Propulsion & Control System shall be of

M/s Mitsubishi Electric Corporation, Japan. The suppliers for other Major

Subsystems are indicated in Employer’s Requirements – Technical Specification.

Page 22: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Evaluation Criteria

Page 4 of 9

(A) FILTER OF APPLICANTS – CHECKLIST

Name of Applicant:

S.No. Criteria Yes No

1 Has the Applicant abandoned any work in the last ten(10) years?

2 Deleted.

3 Has the Applicant delayed any work in the last ten(10) years by more than 75%of the original period of completion due to his default?

4 Has the Applicant delayed by more than 50% of original period of completion inmore than 20% of the number of works in the last ten(10) years due to hisdefault?

5 Has the Applicant suffered bankruptcy / insolvency in the last ten(10) years?

6 Has the Applicant been debarred by JICA/Government of India/any StateGovernment in India/Central or State Government undertaking as on the duedate of submission of bid? (Bidder to furnish a specific undertaking to thiseffect)

7 Deleted.

8 Has any misleading information been given in this application?

9 Is the Applicant financially sound to perform the work as per criteria T1 and T2?

9A Is the Net Worth of the applicant (to be obtained from Balance Sheets/Annexure 5 of Initial Filter Questionnaire) in the last financial year positive?

10 Has the applicant certified that no agent / middleman has been or will beengaged or any agency commission been or will be paid?

11 Has the Applicant submitted duly filled verification statement no. - 29

12 Delivery RecordHas the Bidder/Consortium/Joint Venture or its members, individually or jointlyas a member of other Consortia/Joint Venture have experience of and carriedout Vehicle Design, Interface (with other designated Contractors such assignaling, Track , Traction etc.), Assembly & Supply, Testing andCommissioning of minimum of total 60 metro (i.e. MRT,LRT,Sub-urbanRailways or high speed railways) cars which may be of either Stainless Steel orAluminium :EITHER outside the country of origin in at least five(5) different contracts inMRT,LRT,Sub-urban Railways or high speed railways of at least three(3)different countriesOR in Indiain the last ten(10) years.

12.1 Operation PerformanceHas the Bidder/Consortium/Joint Venture or its members, individually or jointlyas a member of other Consortia/Joint Venture have experience of and carried

Page 23: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Evaluation Criteria

Page 5 of 9

out integration of at least 20 units of intermediate cars (each unit of 2/3-car) inthe metro stock manufactured by another Rolling Stock manufacturer for itsaugmentation. Such integrated stock should have been in operation forminimum two (2) years.

13 In case of a Joint Venture/Consortium, has the proposed leader of the JointVenture/Consortium for this project been a leader of any of the JointVenture/Consortium in at least one Rolling Stock contracts awarded againstICB in the last ten(10) years.

14 Is the Applicant currently in the process of financial restructuring underCorporate Debt Restructuring Act?

2 A “YES” answer to any question 1, 3, 4, 5, 6, 8 or 14 will disqualify the Applicant.3. A “NO” answer to any question 9, 9A, 10, 11, 12, 12.1 or 13 will disqualify the Applicant.4. In the case of a Joint Venture/Consortium/ each Individual member must qualify

individually in the ‘Filter of Applicants – Check List’, except for Criteria at serial number9, 9A,12 and 12.1.

5. In the case of a Joint Venture/Consortium, the evaluation for the criteria at S. No. 9 shallbe as detailed in ‘(B) ASSESMENT TOPICS’.

6. In the case of a Joint Venture/Consortium, the evaluation for the criteria at S. No. 9A willbe done in totality (algebraic aggregate of the evaluation of each member) and not asindividual member.

7. In the case of a Joint Venture/Consortium, the evaluation for the criteria at S.No. 12 and12.1 will be done in totality (algebraic aggregate of the evaluation of each member) andnot as individual member. The member of the Joint Venture/Consortium who meets ≥50% of the specified criteria noted in S. No. 12 & 12.1 of ‘(A) FILTER OF APPLICANTS-CHECKLIST’ of ‘Initial Filter Evaluation Criteria’ shall have percentage participation of15% or more in the Joint Venture/Consortium.

8. Deleted.

SIGNATURE OF TENDERER

Note:1. ‘Ten (10) years’/’Last ten(10) years’ means the period of last ten(10) years counted

from the twenty eight days prior to ‘date for tender submission’ (refer Form of Tender –

Appendix FT-1). ‘Five (5) years’/’Last five years’ means the period of last five(5) years

counted from the twenty eight days prior to ‘date for tender submission’. eg: Say, if date

for tender submission is 18.11.2014, then ‘twenty eight days prior to date for tender

submission’ will be 21.10.2014 and last ten(10) years would mean from 22.10.2004 to

21.10.2014 and last five(5) years would mean from 22.10.2009 to 21.10.2014.

In case of postponement(s) in ‘date for tender submission’, if any, last ten(10) yearswould mean from 22.10.2004 to twenty eight days prior to postponed ‘date for tendersubmission’ and last five(5) years would mean from 22.10.2009 to twenty eight daysprior to postponed ‘date for tender submission’.

Page 24: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Evaluation Criteria

Page 6 of 9

(B) ASSESMENT TOPICS

The assessment shall be done on Pass/Fail basis based on the minimum requirementgiven against each of the following topics. Failing any of the criteria given below will resultin disqualifications of the applicant.

T1 Liquidity :

It is necessary that the firm can withstand the Cash Flow that the contract willrequire until payment received from Employer. Liquidity therefore becomes animportant consideration.

In case of a Joint Venture/Consortium, the above evaluation will be done intotality after applying pro-rata percentage participation of each member and notas individual member. For e.g., if there are three members in a JointVenture/Consortium with pro-rata percentage participation of ‘A%’, ‘B%’ and ‘C%’and the calculated liquidity of the respective members are ‘X’, ‘Y’ and ‘Z’, thenthe evaluation for the above criteria will be based on the pro-rata percentageapplied algebraic aggregate i.e. ‘AX+BY+CZ’.

However, in case the applicant is a Joint Venture/Consortium and if BankingReference is issued by the Bank in favour of the Joint Venture/Consortium forthis Contract, then it will be considered for the amount stated in the bankingreference without applying pro-rata % participation of each member.

T2 Profitability :

The minimum requirements to ‘Pass’ this criteria is that the Balance sheetsshould indicate that the Profitability (Earnings or Profit before tax but afterinterest) shall be positive in at least 2 financial years out of last five financialyears.

This can be seen from the balance sheets and/or from the banking reference.Net current assets {(Current assets + loans & advances) – (current liabilities +provision)} or documents including banking reference, should show that theapplicant has access to or has available liquid assets, lines of credit and otherfinancial means to meet cash flow INR 435 million for this contract, net ofapplicant’s commitments for other Contracts. Banking reference should contain inclear terms the amount that bank will be in a position to lend for this work to theapplicant/member of the Joint Venture/Consortium in the form given inInstructions to Tenderers -Annexure ITT-9. In case the Net Current Assets (asseen from the Balance Sheets) are negative, only the Banking references will beconsidered. Otherwise the aggregate of the Net Current Assets and submittedBanking references will be considered for working out the Liquidity.

Liquidity of INR / 435 million available: PassLiquidity of INR / 435 million not available: Fail

Page 25: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Evaluation Criteria

Page 7 of 9

The financial year as applicable in the country of origin of the bidders would beconsidered. The ‘last financial year’ will be the latest financial year that ended onor before 31.03.2014.

In case of a Joint Venture/Consortium, the evaluation against the above eligibilitycriteria will be done in totality (i.e. algebraic aggregate of evaluation of eachmember) and not as individual member.

T3 Management team organization and Project Leader:

This will be based upon the Qualification and experience of Project Leader

(Project Leader and Management team has been defined in the ‘Pro-forma

Section 4 of the Initial Filter Questionnaire’).

The minimum requirements to ‘Pass’ this criteria is that the proposed Project

Leader should have total experience of minimum 15 years and should have been

the Project Head in at least one Project in the last 10 years.

T4 Average Annual Turn Over

The financial year as applicable in the country of origin of the bidders would beconsidered. The ‘last financial year’ will be the latest financial year that endedon or before 31.03.2014

In case of a Joint Venture/Consortium, the above evaluation will be done intotality after applying pro-rata percentage participation of each member and notas individual member. For e.g., if there are three members in a JointVenture/Consortium with pro-rata percentage participation of ‘A%’, ‘B%’ and ‘C%’and the Average Annual Turnover of the respective members are ‘X’, ‘Y’ and ‘Z’,then the evaluation for the above criteria will be based on the pro-ratapercentage applied algebraic aggregate i.e. ‘AX+BY+CZ’.

The minimum requirements to ‘Pass’ this criteria is that the Average Annual TurnOver for the last five financial years for Rolling Stock manufacture only (in termsof rupee equivalent adjusted to last date of the financial year that ended on orbefore 31.03.2014. by assuming 5% escalation for Indian Rupee and 2% forforeign currency per year) shall not be less than INR 2425 million.

Page 26: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Evaluation Criteria

Page 8 of 9

(C) BID CAPACITY EVALUATION

Methodology for Working Out the Available Bid Capacity

The Tenderers will be qualified only if their available bid capacity is more that the estimated costof work. Available bid capacity will be calculated as under:

Available Bid Capacity =2AN-B

Where A = Maximum value of Rolling Stock manufacture in any one(1) year during thelast five(5) years

N = No. of years in which supply is to be made (N = 3 in this case)

B = Value [at price level as on the twenty eight days prior to ‘date for tender submission’(refer Form of Tender –Appendix FT-1)] of existing commitments and on-going worksto be completed during next three(3) years starting from the twenty eight days prior to‘date for tender submission’ .

The estimated cost of work may be taken as Rs.6150 Millions.

Note:

1. In case of a Joint Venture/Consortium, the above formula will be applied to each member tothe extent of his proposed percentage (%) participation in the execution of the work. The BidCapacity of the Joint Venture/Consortium will be the sum total of the Bid Capacity of eachmember of the Joint Venture/Consortium as calculated above.

2. Value of ‘A’:The maximum value of Rolling Stock manufactured in any one year during last five(5) years

(‘A’ in the above formula) shall be the maximum turnover of Rolling Stock manufactured inany one(1) financial year during the last five(5) financial years. Financial year as applicablein the country of origin of the bidders would be considered. The turnover of Rolling Stockmanufactured to be furnished in response to Question 17c, Pro-forma Section-3 of InitialFilter Questionnaire shall be considered for evaluating the value ‘A’ in above formula and thedetails furnished by the applicant shall be supported with audited copies, duly certified byIndependent chartered accountant/CPA, indicating Annual turnover of Rolling Stock only.

3. Value of ‘B’:The value of existing commitments (‘B’ in the above formula) as furnished in

response to Question 17b, Pro-forma Section-3 of Initial Filter Questionnaireshall be considered. The ‘twenty eight days prior to date for tender submission’means for eg: Say, if ‘date for tender submission’ is 18.11.2014, then ‘ twentyeight days prior to date for tender submission’ will be 21.10.2014 and next 3years period will be period up to 21.10.2017.

Page 27: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Evaluation Criteria

Page 9 of 9

(D) SUMMARY OF EVALUATION CRITERIA

An applicant would Pass Initial Filter Criteria, if he meets the following requirements:a) Pass in ‘FILTER OF APPLICANTS- CHECKLIST’.b) Pass in ‘ASSESSMENT TOPICS’ – T1 to T4.c) The Available Bid Capacity is more than estimated cost of work.

Page 28: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 1 of 28

DELHI METRO RAIL CORPORATION LIMITEDMASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

INITIAL FILTER QUESTIONNAIRE

Page 29: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 2 of 28

INITIAL FILTER QUESTIONNAIRE

This document contains pro-forma letters and the Initial Filter Questionnaire. These are to bereproduced and completed as appropriate and submitted as part of the Applicant's Initial Filtersubmission.

TABLE OF CONTENTS

Description Page

CONTENTS OF EACH SECTION 3PRO-FORMA LETTER OF APPLICATION (on Firm's Letter Head) 6

PRO-FORMA LETTER OF PARTICIPATION FROM EACH MEMBER OF A GROUP 7

INITIAL FILTER QUESTIONNAIRE 8PRO-FORMA SECTION I- GENERAL 8

PRO-FORMA SECTION 2 11

PRO-FORMA SECTION 3 13

ANNEXURE 1 15ANNEXURE 1A 18

ANNEXURE 2 19

ANNEXURE 2A : Summary Information for Works in Hand 20

PRO-FORMA SECTION 4 21ANNEXURE 3 22

ANNEXURE 4 23

PRO-FORMA SECTION 5 24

ANNEXURE 5 25PRO-FORMA SECTION 6 26

VERIFICATION STATEMENT 27

Page 30: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 3 of 28

CONTENTS OF EACH SECTION

SECTIONNUMBER

CONTENTS OF EACH SECTION REMARKS

1. Pro-Forma – GeneralLetter of Application & Letter ofParticipation from each Member ofGroup.

Pro-forma letters will be found on page ‘6’ & ‘7’ ofthis document

Completed Initial FilterQuestionnaire

The Initial Filter Questionnaire is found on pages‘8’ to ‘28’ inclusive in this document.

2. Pro-forma – Section 1General information about theapplicant, its business and itsarrangement of indigenousmanufacture

Additional sheets to be attached if required.

3. Pro-forma - Section 2Memorandum and Articles ofAssociation, or Partnership Deeds

A copy in English of the Memorandum andArticles of Association (or equivalent) for anincorporated applicant (or, in the case of a JointVenture/Consortium, for each corporationforming a part of the applicant)/partnershipDeeds.

Documents relating to a joint venture,partnership or consortium.(a) Statement of participation fromconstituent members.(b) Details of previouscollaborations.(c) Specimen Joint Venture,partnership, or consortiumagreement and/or other documentsestablishing or intending to establishthe formation of such group.(d) Details of proposed equity/otherparticipation and areas ofspecialization.

A pro-forma statement of participation to becompleted by each member as given in theQuestionnaire.

Particulars of the authority whichempowers the person or personssigning the letter of application, (andif appropriate, the statement ofparticipation from constituentmembers of groups) to represent theapplicant.

DMRC desires to ensure that applications aresubmitted under the signature(s) of persons whoare authorized to represent the applicant.Accordingly, attested copies of such documentsas powers of attorney, signed minutes of Boardmeetings confirming boardresolutions/commercial register current publishedlists of executive directors, etc should besubmitted.

4. Pro-forma - Section 3Documents relating to performance,current contracts, relevantexperience.

The following documents should be submitted inrespect of each constituent, whether applyingindividually or as part of a JointVenture/Consortium :1. Details in support of statements in the

Questionnaire or annexes thereto, whichrelate to performance, current contracts andrelevant experience.

2. Audited copy certified by IndependentChartered Accountant/CPA for Annualfinancial turnover of last 5 financial yearsfor Rolling Stock manufacture only.

Page 31: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 4 of 28

SECTIONNUMBER

CONTENTS OF EACH SECTION REMARKS

5. Pro-forma - Section 4Documents relating to Staff.

The applicant shall submit details in support ofstatements in the Questionnaire or annexesthereto which relate to its managementorganization (existing or, in the case of newgroups proposed), and of staff/principal or keymembers of staff as provided in theQuestionnaire.

6. Pro-forma - Section 5Documents relating to ownershipand control of an applicant (or, in thecase of a Joint venture/Consortium,each constituent member)

Details shall be submitted giving full details of theownership and control of the applicant (or, in thecase of a Joint Venture/Consortium, eachconstituent member.

Documents relating to the financialcondition of an applicant (or, in thecase of a Joint Venture/Consortium,each constituent member)

The following documents should be submitted inrespect of each constituent, whether applyingindividually or as part of a group :1. Audited annual accounts for each of the last

five full accounting periods (financial period).Such accounts shall include the Profit andLoss statement and the Balance Sheet.

Document relating to the holding orparent company of an applicant ( or,in the case of JointVenture/Consortium, eachconstituent member).

If an applicant (or member of a JointVenture/Consortium) is wholly or significantlyowned by a holding or parent companies, theinformation relating to audited accounts andfinancial statement (as describe above) shall beprovided for such intermediate or ultimateholding or parent companies. This informationshall be provided in respect of all applicants,whether applying individually or as JointVenture/Consortium together with Auditor’scertification.

Document including bankingreference to demonstrate that theapplicant has the liquidity to meet therequisite cash flow, after meetingrequirements for knowncommitments

In respect of all applicants (whether applyingindividually or as part of a JointVenture/Consortium) and all holding or parentcompanies thereof, a bankers reference (inEnglish) should be provided from the applicant'sor company's principal bank in its country ofincorporation or registration. Such referenceshould indicate the financial standing of theapplicant and access to lines of credit of otherfinancial resources. Banking reference shouldalso contain in clear terms that in case LOA isissued to the applicant, Bank will be in a positionto lend INR. 435 million for this work to theapplicant.Annual Report of the applicant (and of eachconstitutional member in the case of a JointVenture/Consortium) for each of the last fivefinancial years duly certified by IndependentChartered Accountant/CPA. In case of JointVenture/Consortium, the annual report ofeach member shall be submitted (for example,in case the bidder is CAF consortium withconsortium members as CAF (Spain) and CAF(India), then the Annual Report of CAF (Spain)and CAF (India) and not CAF Incorporated-parent company- shall be submitted).

Page 32: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 5 of 28

SECTIONNUMBER

CONTENTS OF EACH SECTION REMARKS

7. Pro-forma Section 6Documents relating to sub-contracting

The applicant shall submit details in support ofstatements in the Questionnaire or Annexesthereto, which relate to sub-contracting.

Documents relating to designprocurement

The applicant shall submit details in support ofstatements in the Questionnaire or Annexesthereto, which relate to the design team.

Documents relating to manufactureand supply of major items ofequipment and sub-systems, QualityAssurance and Cost Control.

The applicant shall submit details in support ofstatements in the Questionnaire or Annexesthereto, which relate to Question 26.

Page 33: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 6 of 28

PRO-FORMA LETTER OF APPLICATION (on Firm's Letter Head)

The Managing Director,Delhi Metro Rail Corporation Ltd.,NBCC Place,Bhishma Pitamah Marg,Pragati Vihar,New Delhi 110003,India.

(Applicant to provide date and reference)

APPLICATION FOR INITIAL FILTERTENDER NUMBER RS13

Dear Sir,

We hereby make application for Initial Filter as a tenderer of the design, manufacture,supply, testing and commissioning of 74 No. Broad Gauge passenger Rolling Stock compatiblewith existing ‘RS1’ type trains of DMRC supplied by MRM Consortium. In support of theapplication we submit herewith one original and two copies of the required documents.

(In the case of other than a sole proprietorship firm add the following paragraph)

A Power of Attorney to sign and submit this letter is attached.

(In the case of a joint venture/consortium add the following paragraph)

This application is submitted on behalf of a joint venture/consortium (applicant to deleteas appropriate) comprising ……………………………………….. (applicant to state the names ofeach member) ………………………………………………… and of which ……………. (applicant toinsert name of leading member of joint venture/consortium) has agreed to act as leader. Eachmember has prepared a statement of participation in relation to this application and these arecontained in Section 2 herewith.

Yours faithfully,

…………………………. (signature)

Name of signatory: ………………………………Capacity of signatory: ……………………………Name and address of applicant (or of leader if applicant is a Joint Venture/Consortium)

Page 34: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 7 of 28

PRO-FORMA LETTER OF PARTICIPATION FROM EACH MEMBER OF AJoint Venture/Consortium(On Letter Head of each Firm)

The Managing Director,Delhi Metro Rail Corporation Ltd.,NBCC Place,Bhishma Pitamah Marg,Pragati Vihar,New Delhi 110003,India.

(Applicant to provide date and reference)

Dear Sir,APPLICATION FOR INITIAL FILTER

TENDER NUMBER RS13

We wish to confirm that our company/firm (delete as appropriate) has formed/intends (delete asappropriate) to form a Joint Venture/Consortium with …………………. (member to insert names ofall other members of the group) for purposes associated with Tender Number RS13.

(Members who are not the lead member of the Joint Venture/Consortium should add thefollowing paragraph).

The Joint Venture/Consortium is led by (member to insert name of lead member) whomwe hereby authorise to act on our behalf for the purposes of applying for Initial Filter.

(The lead member of the Joint Venture/Consortium should add the following paragraph)

In this Joint Venture/Consortium we act as leader and, for the purposes of applying forInitial Filter, represent the group.

In the event of our Joint Venture/Consortium being invited to tender for Tender NumberRS13, we agree to be jointly (with other members of our Joint Venture/Consortium) and severallyliable to the Delhi Metro Rail Corporation Ltd. (DMRC), its successors and assigns for allobligations, duties and responsibilities arising from or imposed by any contract subsequentlyentered into between the DMRC and our Joint Venture/Consortium.

Yours faithfully,

(Signature) ……………………………………………………

(Name of Signatory) …………………………………………

(Capacity of Signatory)……………………………………..

Page 35: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 8 of 28

INITIAL FILTER QUESTIONNAIRENotes:1. Each page of the Questionnaire and contents of Sections shall be signed by the Applicant.2. This entire Questionnaire pro-forma shall be completed in all respects.3. Questionnaire pro-forma relating to the various sections shall be incorporated in the

respective sections (i.e. Pro-forma section 2 (replies to questions 9 to 14 ) will be included inthe contents of section 2.)

4. In the box , ‘Y’ denotes Yes and ‘N’ denotes No. Please tick ( ) mark whichever isapplicable.

5. The Initial Filter Document submitted shall be numbered sequentially and the page numberof each answer should be noted against the respective item below.

PRO-FORMA SECTION I- GENERAL1. Number of contract for which Initial Filter is sought:

RS13

2. Title of contract for which Initial Filter is sought:DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No.BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE TRAINS OF DMRCSUPPLIED BY MRM CONSORTIUM.

3. State the structure of the applicant's organisation (applicants to complete/delete asappropriate)

Individual company or firm:

Joint venture:

Consortium:

……………………………………………………………………….…………

4. For applicants who are individual companies or firms, state the following:

Name of Company or firm: …………………………………………………………………

Legal status: (e.g. incorporated private company, non-incorporated business, etc.)

…………………………………………………………………………………………………

Registered address: …………………………………………………………………………

………………………………………………………………………………………………….

Principal place of business: ………………………………………………………………..

………………………………………………………………………………………………..

………………………………………………………………………………………………..

Country of incorporation or domicile: ……………………………………………………..

Contact person: ……………………………………………………………………………..

Contact person's title: ………………………………………………………………………

Address, telephone and facsimile number of contact person: ……………………

………………………………………………………………………………………………………...….

Y N

Page 36: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 9 of 28

5. For applicants who are in joint venture, consortium or other association, state the following:

Names of members

(lead member first):

(1) …………………

(2) …………………

(3) …………………

(etc.)

Legal status:

……………………

……………………

……………………

Registered addressand principal place ofbusiness:

……………………

……………………

……………………

Country ofIncorporation orDomicile.

……………………

……………………

……………………

Contact person (from lead member)……….………………………………………………………………………………………………….Contact person's title: ……………………………………

Address, telephone, and facsimile number of contact person:…………………………………………………………………………………………………………………………………………………………………………………………………………………………

6. For the applicant, (in case of a Joint Venture/Consortium, for each constituent member),state the following information:

(a) Date of incorporation of organisation.

(b) Names and titles of Directors or partners.

(c) Has the company or firm ever failed to complete any contract for design supply andmanufacturing of rolling stock awarded to it in last 10 years? If Yes give explanation. Ifresponse is stated as ‘Not Applicable’, it will be considered as ‘Yes’.

(d) Is the firm or company involved or financially interested in any other business notdirectly associated with the area of work for which Initial Filter is sought? If Yes giveexplanation.

(e) Does the company or firm have an office or branch office in India? If so, provideaddress(es).

(f) Applicants are to present this information on sheets which are to be clearlyreferenced as being in response to this Question 6.

7. Does your company (In case of a Joint Venture/Consortium, eachconstituent member) combine all functions of a designer with those ofmanufacturer? Please elaborate.

…………………………………………………………………………………………………………….

Y N

Y N

Y N

Y N

Page 37: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 10 of 28

8. In case of International applicants, has an association been formed with an Indian partner forthe indigenous manufacture of Rolling Stock within a prescribed time schedule with transferof technology as necessary.

If yes, provide list of disciplines / products

………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………

Details on Association with Indian Partner for indigenous manufacture should include:(a) Details of the Indian Partner, if any(b) Memorandum of understanding, if any(c) Data to support capacity of the Indian Partner to absorb technology transfer forindigenous manufacture of Rolling Stock.

If not, give reasons.

………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………

Y N

Page 38: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 11 of 28

PRO-FORMA SECTION 2

9. Does Section 2 contain Power of Attorney which empowers the person orpersons to sign and submit the letter of application on behalf of theapplicant and, if applicable, the statements of participation on behalf of allconstituent members of the group?

If not, give reasons.

…………………………………………………………………………………………………………….

10. In the case of an incorporated applicant (or constituent members who areincorporated) does Section 2 contain copies, in English, of theMemorandum and Articles of Association or equivalent expression ofcorporate capacity?

If not, give reasons.

…………………………………………………………………………………………………………….

11. In the case of applications from Joint Ventures/Consortiums, does Section2 contain statements of participation in the form appearing in the InitialFilter Brochure for each member?

In the case of Joint Ventures/Consortiums have you enclosed aMOU signed by each member that they will be jointly and severallyresponsible for the entire work?

If not, give reasons.

…………………………………………………………………………………………………………….

12. Have there been previous collaborations between constituent members?

If Yes give details.……………………………………………………………………………………………………………

13. In the case of applications from Joint Ventures/Consortiums, does Section2 contain copies of the MOU, Joint Venture/Consortium agreements orother documents establishing or intending to establish the formation of sucha Joint Venture/Consortium?

If not, give reasons.

…………………………………………………………………………………………………………….

Y N

Y N

Y N

Y N

Y N

Y N

Page 39: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 12 of 28

14 In the case of applications from Joint Ventures/Consortiums, does Section2 contain details of :

Proposed equity participation as well as % participation (share) of each constituentmember for the proposed work?

Areas of specialisation/responsibility of each member for the proposed work?

Extent of participation (including of use of major plant and key personnel) by eachmember for the proposed work.

Have you provided detailed information of the sub systems to be designed and ormanufactured by each member?

Details w.r.t above questions to be enclosed & If the answer to any question is no,please give reasons.

……………………………………………………………………………………………………………

……………………………………………………………………………………………………………

……………………………………………………………………………………………………………

……………………………………………………………………………………………………………

……………………………………………………………………………………………………………

……………………………………………………………………………………………………………

……………………………………………………………………………………………………………

……………………………………………………………………………………………………………

……………………………………………………………………………………………………………

……………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………….

Y N

NNNN

Y N

NNNN

Y N

NNNN

Y N

NNNN

Page 40: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 13 of 28

PRO-FORMA SECTION 315. State the number of years the applicant (or each constituent member) has been in business

under the business name appearing in the answer to question 4 or 5 above.

Name

(1) ……………………………………………………….

(2) ……………………………………………………….

(3) ……………………………………………………….

etc.

No. of years

…………………………………………..

…………………………………………..

…………………………………………..

16. State the number of years the applicant (or each constituent member) has been undertakingwork similar in scope and nature to the works for which Initial Filter is sought.

Name

(1) ……………………………………………………….

(2) ……………………………………………………….

(3) ……………………………………………………….

etc.

No. of years

…………………………………..…………………………………………………..

…………………………………………..

17a. Performance Record. Applicants should scrutinise the contract description contained in thisInitial Filter Brochure and compile a list showing their previous experience of similar contractscompleted during the last ten years. Experience must show capability of full integration of sub-systems with modern lightweight coach body, design and manufacture of bogies with air-bagsuspension, three phase motor drives having VVVF control, regenerative braking system,ATP/ATC safety system etc. Further information and literature associated with vehicleperformance and reliability, together with technology transfer achieved on previous contracts,experience in supervision of maintenance and relevant experience of the applicant and eachconstituent member and clearly referenced shall be enclosed in Section 3. All material shouldbe clearly referenced as being in response to this Question 17a.

(i) Do you (each constituent member of the Joint Venture/Consortium) authorise DMRC tomake enquiries with any of the Clients listed by the Applicant?

(ii) Have you (each constituent member of the Joint Venture/Consortium) provided detailsrequired in Annexure 1 and 1A for similar Contracts undertaken in the last ten years?

(Use a separate sheet for each Contract and include in the Questionnaire)

Y N

Y N

Page 41: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 14 of 28

17b.Work in Hand. Applicant or each constituent member should indicate, in the form below, detailsfor each similar contract / commitment which is not yet completed or for which letter of intent oracceptance has been received. : (Applicants are to present this information in the formatmentioned below but on sheets which are to be included in the Questionnaire).

Have you (each constituent member of the Joint Venture/Consortium) provided details requiredin Annexure 2 and 2A?(Use a separate sheet for each Contract and include in the Questionnaire)

17c. Annual financial turnover (for manufacturing of Rolling Stock only) as on ‘last date of thefinancial year that ended before the date of issue of NIT for this tender’ for the last 5 financialyears (in terms of rupee equivalent adjusted to ‘last date of the financial year that ended beforethe date of issue of NIT for this tender’ by assuming 5% escalation for Indian Rupee and 2% forforeign currency per year, along with audited copy certified by an Independent CharteredAccountant/CPA for Annual financial turnover of last 5 financial years for Rolling Stockmanufacture only.

FinancialYear

Annual financial TurnoverContract Details SBI Bill selling

Exchange Rateas on ‘last date ofthe financial yearthat ended beforethe date of issueof NIT for thistender

RupeeEquivalent ason ‘last date ofthe financialyear thatended beforethe date ofissue of NITfor this tender’

Currency Value Escalated as on ‘lastdate of the financialyear that endedbefore the date ofissue of NIT for thistender’

5th lastfinancialyear i.e from_ to _

4th lastfinancialyear i.e from_to_

3rd lastfinancialyear i.e from_to _

2nd lastfinancialyear i.e from_ to_

Lastfinancialyear i.e from_ to _

Note: The financial year as applicable in the country of origin of the bidders would beconsidered. The ‘last financial year’ would be the latest financial year that ended on orbefore 31.03.2014.

Y N

Page 42: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 15 of 28

ANNEXURE 1

S. No. :

Project Title: Location:

Brief scope of workincluding number,Car body Material(StainlessSteel/Aluminium)and types(powered/non-powered/driving/non-driving etc.) ofcoaches:

Address:

Client:Client's Representative: Tel.:Type of Contract (ICB/Others):

Contract Amount in respective Currencies:

Was the work carried alone or as a member of a Joint Venture/Consortium/Sub-Contractor for propulsion system______________________________(applicant to indicate)If work carried out as a member of a Joint Venture/Consortium/sub-contractor forpropulsion equipments, applicant to indicate(i) Who was the leader of the Joint Venture/Consortium(ii) percentage participation(iii) area/s of participation

(a) Car body, bogie and mechanical equipments(b) Traction, propulsion and control equipments(c) Integration of sub-systems and equipments(d) Others, if any, please specify

Did the scope of work comprise of or included details of supply and integration ofintermediate cars (each unit of 2/3-car) in metro stock manufactured by someother Rolling stock manufacturer for its augmentationIf yes, furnish the following details:

No. ofIntermediate carssupplied

Type ofIntermediate carssupplied

Month & year ofsupply

In revenueoperation since(specify monthand year)

Date of Award of Contract (Enclose copy of Contract agreement/Client Certificate)

Date work commenced:

Original Date of completion as per Contract:

Actual Date of completion :

Was the date of completion given in the original contract extended?

Y N

Y N

Page 43: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 16 of 28

If yes, Extended date of completion :Reasons for Extension :i) Contractor’s default

ii) Employer’s default

iii) Others, if any please specify:

Were any penalties imposed :For delay?If yes, give details.

Were any penalties imposedfor poor quality of work?If yes, give details.

Did the applicant go in for:Arbitration ?If yes, give details.

Did the applicant go in forLitigation?If yes, give details.

Contract Value as on ‘Twenty eight days prior to date for tender submission (refer Form of Tender

–Appendix FT-1)’ prices in Rupee equivalent, assuming per annum inflation of 5% on Indian

currency and 2% on foreign currency portion, respectively (Refer NOTE in the end of

Questionnaire for Exchange rate ):

Details of work undertaken:

Were Quality Assurance obligations required in the contract?

If yes, whether they were fulfilled?

Were specified performance requirements of rolling stock achieved?

If yes , please give details of reliability in terms of Mean Distance Between Failures (MDBF) inKilometers and Availability of Rolling Stock, in terms of %, achieved during warranty period or threeyears from the date of commissioning whichever is later.

If No, give reasons

----------------------------------------------------------

Y N

Y N

Y NY N

Y N Y N

Y N

Y N

Page 44: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 17 of 28

Was there any complaint received from the client relating to the performance ofthe Rolling Stock?

If yes, give details.

Was the warranty clause invoked by the client?

If yes, give details.

Did the arrangements/facilities exist to rectify defects during warranty period?

If yes, give details including the location of facilities.

Applicant to furnish details of Project Description including training, supervisionof maintenance, transfer of technology and indigenous, manufacture, trainingand maintenance details and state whether the following was a part of thecontract :

(a) Design and engineering

(b) Manufacture and assembly

(c) Testing and commissioning

(d) Interfacing with other designated contractor

(e) Warranty obligation

(f) Transfer of technology

(g) Supervision of Maintenance

NOTE: Any wrong information given by the applicant will lead to disqualification of theapplicant.

Y N

Y N

Y N

Y N

Y N

Y N

Y N

Y N

Y N

Y N

Page 45: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 18 of 28

ANNEXURE 1AName of Applicant (each member of Joint Venture/Consortium to provide details):

SUMMARY OF INFORMATION PROVIDED IN ANNEXURE-1 (to be provided by each member of a Joint Venture/Consortium)S. No.

of

Contra

cts

comple

ted in

last 10

years

Name

of

Client

s

Date of

award

of

Contra

ct

Com

menc

emen

t Date

Original

Completi

on date

Extende

d date of

completi

on, if any

Reason

for

extensi

on

Number of

coaches supplied

of each type:

A : Driving Trailer

B : Non-Driving

Trailer

C : Motor Car

D : Driving Motor

Car

Details of supply and integration of intermediate cars(each unit of 2/3-car) in metro stock manufactured bysome other Rolling stock manufacturer for itsaugmentation

Number of

months by

which

Contract was

delayed i.e.,

completed

beyond the

original date

of completion,

if applicable

Total value

of contract

(in rupee

equivalent)

as on

‘Twenty

eight days

prior to date

for tender

submission

(refer Form

of Tender –

Appendix

FT-1)

Was the

Applicant

debarred

(Yes/No)

Scope of work (state yes / no)

Design &

Engineer

ing

Manuf

acture

Testing and

Commissioning

Interfacing

with other

designated

Contractors

Warranty

Obligation

A B C DNo. of

Intermediate

cars supplied

Type of

Intermediate

cars supplied

Months &

year of

supply

In revenue

operation

since

(specify

month and

year)

TOTAL

Page 46: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 19 of 28

ANNEXURE 2

S.No.

Name ofContract

Name ofClient withtelephonenumber

Date ofaward ofContract

No. of Coaches to besupplied of each typeA : Driving TrailerB : Non-DrivingTrailerC : Motor CarD : Driving Motor Car

Contract Value Value ofbalance workyet to bedone inRupeeequivalent ason ‘Twentyeight daysprior to datefor tendersubmission(refer Formof Tender –AppendixFT-1)’.Assumeinflation asgiven inAnnexure –I.

CommencementDate

EstimatedCompletion date

A B C D InrespectiveCurrencies

ExchangeRate

RupeeEquivalentas on‘Twentyeight daysprior todate fortendersubmission (referForm ofTender –AppendixFT-1).Assumeinflation asgiven inAnnexure–I.

Page 47: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 20 of 28

ANNEXURE 2A : Summary Information for Works in Hand

Name of theapplicant(constituentmember incase ofJointVenture/Consortium)

Totalnumber ofcontracts inhand

Number of contracts of each type:

A: Driving TrailerB: Non-Driving TrailerC: Motor CarD: Driving Motor Car

Total value of balance works yetto be done in Rupee equivalentas on Twenty eight days prior todate for tender submission (referForm of Tender –Appendix FT-1)

A B C D

This information should be for all the works in progress including those listed in Annexure 2 (to becertified by an independent Chartered Accountant/CPA.

Page 48: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 21 of 28

PRO-FORMA SECTION 418. Deleted.

19. Which member of the Applicant or Joint Venture/Consortium will provide the ProjectLeader/Project Manager (to be posted at Delhi site)? CV of proposed Project Leader/ProjectManager at site shall be furnished in the format enclosed as Annexure 3.

20. Provide details in Section 4 about the MANAGEMENT TEAM as noted below:Relevant CVs of the following members of the proposed Management Team, in addition tothe Project Leader/Project manager as noted in ‘No.19’ above, for the Bidder/JointVenture/Consortium shall be furnished in the format enclosed as Annexure 3:i) Design Manager (to be posted at Delhi site from receipt of prototype ‘T+M’ unit till

one year before expiry of warranty)ii) Interface Manager (to be posted at Delhi site, starting from not later than 6 months

from commencement date)iii) Procurement Manager (to be posted at production site)iv) Chief Maintenance Engineer (to be posted at Delhi site at least 2 months before

receipt of prototype ’T+M’ unit and up to the expiry of warranty period)v) Testing and Commissioning Engineer In-charge (to be posted at Delhi site at least

2 months before receipt of prototype ’T+M’ unit and up to six months aftercommissioning of last car)

vi) Maintenance Engineer (to be posted at each depot at Delhi site at least 2 monthsbefore receipt of prototype ‘T+M’ unit and up to the expiry of warranty period)

vii) Safety Manager (to be posted at Delhi site at least 2 months before receipt ofprototype train and up to the expiry of warranty period)

viii) Quality Assurance Manager (to be posted at Production site as well as Delhi site)

21. Provide in Section 4 the following:Details of your current management organisation as the applicant or, if a JointVenture/Consortium, of each constituent member.A proposed management organisation for the contract.

Page 49: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 22 of 28

ANNEXURE 3CURRICULAM VITAE

1. NAME OF CANDIDATE2. DATE OF BIRTH3. EDUCATIONAL QUALIFICATION4. PROFESSIONAL QUALIFICATION5. NAME & ADDRESS OF PRESENT

EMPLOYER

6. DESIGNATION/POSITION7. PAST EXPERIENCE (TECHNICAL AND

MANAGERIAL)

a) Total Number of Yearsb) Years with the Present Employerc) Total number of years in work similar in

scope and nature for which Initial Filter issought.

d) Positions held in reverse chronologicalorder along with details of Projects

S.No.

Positionheld

Period Details of Project

1.2.3.4.5.6.7.8.9.10..........................

Page 50: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 23 of 28

ANNEXURE 4 - Deleted

Page 51: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 24 of 28

PRO-FORMA SECTION 5

22. Include in Section 5 details of ownership and control of applicant, or if a JointVenture/Consortium, of each constituent member.

23.

Do you authorise DMRC to make enquiries with any of the Banksyou listed in this application? If the response is stated as “Not Applicable”,it will be considered as ‘No’.

Have you provided stand alone Annual Reports/Balance Sheets of the Applicant(and of each constituent member in the case of a group) for each of thelast five financial years and also information given in Annexure 5.

Y N

Y N

Y N

Have you in Section 5 provided documents, including Banking Reference, todemonstrate that you have access to, or have available, liquid assets, linesof credit and other financial means sufficient to meet cash flow of INR.435 million of the proposed contract net of your commitments for other contracts.

Page 52: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 25 of 28

ANNEXURE 5

No Financial InformationinRupee equivalent

Actuals for Previous five years ending on or before 31.03.2014

5th last FinancialYear i.e from _ to _

4th last FinancialYear i.e from _ to _

3rd last FinancialYear i.e from _ to _

2nd last Financial Yeari.e from _ to _

Last Financial Yeari.e from _ to _

Inrespectivecurrencies

Exchangerate

Rupeeequivalent

Inrespectivecurrencies

Exchangerate

Rupeeequivalent

Inrespectivecurrencies

Exchangerate

Rupeeequivalent

Inrespectivecurrencies

Exchangerate

Rupeeequivalent

Inrespectivecurrencies

Exchangerate

Rupeeequivalent

1. Total Assets

2. Current Assets

3. Loans & Advances4. Total Liabilities

(excludingShareholder’s fundsincluding reservesand surplus)

5. Current Liabilities

6. Provision7. Profit before interest

andTax

8. Profit before Tax butafter interest

9. Profit after Tax10. Shareholder’s Funds

(Net Worth=Totalassets at S.No.1 –Total Liabilities atS.No.4 above)

11. Total Debt (includingCurrentLiabilities)/TotalEquity (includingPreference capital)

12 Banking Limit (fromBanking reference) ___________________________________________________________________________

This information should be extracted from the stand alone Annual Financial Statements and Banking Reference. (The information should be duly certifiedand signed by an independent Chartered Accountant/ CPA.Rupee equivalent to be calculated at exchanges rates as on the last date of respective financial years.Please refer NOTE in the end of Questionnaire for exchange rates.

Page 53: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 26 of 28

PRO-FORMA SECTION 624. Do you intend, in case of being invited to tender, to engage the services of an

independent professional designer for the purposes of undertaking the design of theRolling Stock or sub-systems?

If yes, provide the name or names of potential professional designers and the extent oftheir participation.

Further details and literature should be enclosed in Section 6, clearly referenced as being inresponse to this Question 24.

25. Do you intend, in case of being invited to tender, to share with other manufacturers anypart of the work?

If yes, in Section 6 provide the name or names of other manufacturers and the extent oftheir participation, clearly referenced as being in response to this Question 25.

Provide details of all sub-systems that will be designed in-house.

Provide information on the vehicle sub-systems that will be manufactured by the leadmember.

26a.

26b.

26c.

Applicants are to include in Section 6 information relating to the availability of majormanufacturing plants for this work.

Applicants or each constituent member thereof should provide in Section 6 informationon the number, location and products of manufacturing plant and Design Offices thatthey own or operate that could be used for this contract.Provide similar information for manufacturing plants available in IndiaProvide information on the test facilities used for proving the performance and quality ofyour manufactured rolling stock.

Quality Assurance Programme:Do Applicants or each constituent member currently maintain an in-house QualityAssurance Programme?If yes, give details.

Are you (or each constituent member in the case of a group) ISO 9000/9001/9002certified?If yes, give details.

Do you have cost control mechanism in your organisation?

Y N

Y N

Y N

Y N

Y N

Page 54: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 27 of 28

VERIFICATION STATEMENT

27.

28.

I confirm and declare that no agent, middleman or any intermediary has been, or will be,engaged by me to provide any services, or any other item or work related to the awardand performance of this Contract. I further confirm and declare that no agencycommission or any payment which may be construed as an agency commission hasbeen, or will be, paid by me and that the tender price will not include any such amount.

Signed:

(to be signed by applicant and each member of the group).

Date :

Applicants are to verify that the information contained in this completed Questionnaire, anyannex thereto and all supporting and explanatory information is, to their best knowledge andbelief, truthful and exact.

By virtue of my signature below, I confirm to my best knowledge and belief the informationcontained in this questionnaire and sections, any annex thereto and all supporting andexplanatory information is truthful and exact.

Signed: …………………………………………………………………………….

(Same signatory as on letter of application)

Date:

29. Applicants are to verify that the Tender for the Contract in their own name and at the sametime as a part of JV or Consortium has not been submitted.

By virtue of my signature below, I confirm and verify to my best knowledge and belief that

(a) the Tender for this Contract has not been submitted in our own name and at the sametime as a part of JV or Consortium, and

(b) also the Tender for this Contract has not been submitted by us as part of more than oneJV or Consortium.

The information contained in this questionnaire is truthful and exact.

Signed: …………………………………………………

(to be signed by applicant and each member of the group)

Date: ……………………………………………………

Page 55: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Initial Filter Questionnaire

Page 28 of 28

30. Applicant and each member of the JV or Consortium shall verify, confirm & declare aboutbankruptcy/insolvency in last ten years.

By virtue of my signature below, I confirm and verify to my best knowledge and belief thatBankruptcy/insolvency has not been suffered by the company represented by me forsubmitting bid against this tender in the last 10 years.

Signed : _________________(to be signed by applicant and each member of the group)

Date :______________

31. Applicant and each member of the JV or Consortium shall verify, confirm & declare aboutDEBARRED as on the due date of submission of bid as noted below. (Here DEBARREDmeans that the applicant (applies to each member of the JV/Consortium) has beenblacklisted or debarred by JICA/Government of India/any State Government in India/Centralor State Government undertaking from participating in the tenders for a notified period oftime. Copy of the notification of such debarment shall be submitted in the bid).

By virtue of my signature below, I confirm and verify to my best knowledge and belief that thecompany represented by me for submitting bid against this tender is not DEBARRED as onthe due date of submission of bid.

Signed : _________________(to be signed by applicant and each member of the group)Date :______________

NOTE: The exchange rate, wherever mentioned, in this questionnaire shall be taken as the ‘BillSelling Rate of Exchange of the currencies at the close of business of the State Bank ofIndia’, applicable on the respective date.

Page 56: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’ (VOLUME 1)

INSTRUCTIONS TO TENDERERS (INCLUDING ANNEXURES)

NBCC Place, Bhishma Pitamah Marg, Pragati Vihar, New Delhi - 110003

Page 57: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 58: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING, AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

INSTRUCTIONS TO TENDERERS (INCLUDING ANNEXURES)

LIST OF CONTENTS

Description

INSTRUCTIONS TO TENDERERS

ANNEXURES TO INSTRUCTIONS TO TENDERERS

Annexure ITT-1: Requirements for proposed Works Programme and Design Submission Programme

Annexure ITT-2A: Instructions for completing the Pricing Document

Annexure ITT-2B: Pricing Document-Tender Total

Annexure ITT-2B-1: Schedule of Amounts Apportioned to Cost Centres

Annexure ITT-2B-2: Milestone Payment Schedule showing Monthly Cash flows for the Contract

Annexure ITT-2B-3: Pricing of Unqualified withdrawal of Conditions,

Qualifications, Déviations etc.

Annexure ITT-3: Requirements for Tenderer’s Technical Proposals

Annexure ITT-4: Form of Bank Guarantee for Tender Guarantee

Annexure ITT-5: Form of Letter of Undertaking

Annexure ITT-6: Methodology for Working out the Monthly Cash Flows

Annexure ITT-7: DELETED

Annexure ITT-8: DELETED

Annexure ITT-9: Sample Format For Banking Reference For Liquidity Clause at Initial Filter Evaluation Criteria (B) Assesment Topics T1 Liquidity

Page 59: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 60: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 1 of 33

DELHI METRO RAIL CORPORATION LIMITED

MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING, AND COMMISSIONING OF74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13 ’

INSTRUCTIONS TO TENDERERS

Page 61: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 2 of 33

DELHI METRO RAIL CORPORATION LIMITED

MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING, AND COMMISSIONING OF74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13 ’

VOLUME 1

INSTRUCTIONS TO TENDERERS

TABLE OF CONTENTS

A. General.....................................................................................................................5

A1. General Description of the Work .........................................................................................5

A2. Source of Funds ..................................................................................................................7

A3. Eligible Tenderers................................................................................................................7

A4 Eligible Source Countries for Materials, Plant, Supplies, Equipment, and Services...........7

A5 Qualification of the Tenderer ...............................................................................................7

A6 One Tender per Tenderer....................................................................................................9

A7 Cost of Tendering ................................................................................................................9

A8 Site Visits .............................................................................................................................9

A9 Quantity Variation ..............................................................................................................10

A10 Gauge ..............................................................................................................................10

B. Tender Documents ................................................................................................10

B1 Content of Tender Documents ..........................................................................................10

B2 Content of Supporting Documents ....................................................................................11

B3 Clarification of Tender Documents ....................................................................................11

B4. Amendment of Tender Documents....................................................................................11

C. Preparation of Tenders .........................................................................................12

C1 Language...........................................................................................................................12

C2 Documents Comprising the Tender...................................................................................12

C3 Form of Tender ..................................................................................................................15

C4 Outline Quality Plan...........................................................................................................16

Page 62: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 3 of 33

C5 Outline Safety Plan ............................................................................................................16

C6 Outline Environmental Plan ...............................................................................................16

C7 Tenderer’s Technical Proposals ........................................................................................16

C8. Tenderer’s proposed Works Programme and Design Submission Programme ...............17

C9 Manufacture, Testing, and Commissioning Methods. .......................................................18

C10. Milestones Payment Schedule.........................................................................................18

C11. Sub-Contracts ..................................................................................................................18

C12. Project Management Plan................................................................................................19

C13. Proposals for Use of Site and Site Management.............................................................19

C14. Pricing Document.............................................................................................................19

C15. Currencies of Tender and Payment .................................................................................20

C16. Tender Validity .................................................................................................................20

C17. Tender Guarantee............................................................................................................21

C18. Guarantees and Warranties.............................................................................................22

C19. Other Contractors ............................................................................................................22

C20. Insurance .........................................................................................................................22

C21. Tender Index ....................................................................................................................22

C22 Deleted.............................................................................................................................22

C23 Pre-Tender Meeting .........................................................................................................22

C24 Format and Signing of Tender .........................................................................................23

D. Submission of Tenders .........................................................................................23

D1 Sealing and Marking of Tender .........................................................................................23

D2 Late or Delayed Tenders ...................................................................................................24

D3 Modification, Substitution and Withdrawal of Tenders ......................................................25

E. Tender Opening and Evaluation...........................................................................25

E1 Tender Opening.................................................................................................................25

E2. Confidentiality of Tender Information and Copyright .........................................................27

E3 Clarification of Tenders......................................................................................................27

E4 Evaluation of Tenders and Determination of Responsiveness .........................................27

Evaluation of Tender and Determination of Responsiveness shall solely be carriedout by the employer (DMRC) ......................................................................................27

E5 Evaluation of Financial Proposals .....................................................................................29

F. Award of Contract .................................................................................................32

Page 63: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 4 of 33

F1 Award.................................................................................................................................32

F2 Employer's Right to Accept any Tender and to Reject any or all Tenders ........................32

F3 Notification of Award..........................................................................................................32

F4 Signing of Agreement ........................................................................................................33

F5 Performance Guarantee, Parent Company Guarantee and Warranties ...........................33

Annexure to Instructions to Tenderers

- Annexure ITT-1

- Annexure ITT-2A

- Annexure ITT-2B

- Annexure ITT-3

- Annexure ITT-4

- Annexure ITT-5

- Annexure ITT-6

- Annexure ITT-7 DELETED

- Annexure ITT-8 DELETED

- Annexure ITT-9

Page 64: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 5 of 33

INSTRUCTIONS TO TENDERERS

A. General.A1. General Description of the Work

Delhi Metro Rail Corporation Limited (DMRC) is proceeding with the implementation of

Phase-III of the Mass Rapid Transport System (MRTS) for Delhi and its extension. The

Table below shows route length of existing and proposed New corridors and type of the

corridor i.e. underground or elevated/At grade.

(TABLE-A)

SI.No.

Corridors Under-ground (km)

Elevated/ AtGrade (km)

Total

(km)

EXISTING CORRIDORS

(i) Line#1: Rithala to Dilshad Garden 25.09 25.09

(ii) Line#2 : Jahangirpuri to Huda City centre 23.70 21.24 44.94

(iii) Line #3 : Dwarka Sec 21 to Noida City center 3.13 36.81 39.94

(iv) Line#/4: Yamuna Bank to Vaishali 8.74 8.74

NEW CORRIDORS

(i) Line#1:Rithala to Rohini Sector 24 1.20 1.20

(ii) Line#2: Jahangir Puri- Badli 4.48 4.48

Total 26.83 97.56 124.39

A1.1 The work comprises design, manufacture, supply, testing and commissioning ofpassenger rolling stock comprising of 74 No. Broad Gauge Cars as indicated in theAppendix ‘FT-1’ to the ‘Form of Tender’ . It also includes the supply of spares. Training ofoperation and maintenance personal, supply of training, operation & maintenancemanuals are optional activities, to be exercised at the sole discretion of the Employer.The cars required for the corridors shall be compatible with and suitable for integrationwith the existing Broad Gauge ‘RS1’ type trains of DMRC supplied by MRM Consortium.They shall be of modern design, lightweight made of stainless steel, with 3 phase ACdrive having V.V.V.F. control, regenerative braking and compatible to work with ATP,ATC, ATO etc. provided by other designated contractors. The cars forunderground/Elevated & at Grade Corridors shall operate on 25 KV ac single phase 50Hz rigid/flexible Overhead Catenary System (OCS) and shall be same for both thecorridors. The cars shall be provided with Propulsion and Control systems supplied byM/s Mitsubishi Electric Corporation(MELCO), Japan identical to the system provided inexisting Rolling Stock of Line #1,2,3 & 4 (supplied under Phase-I ‘RS1’ Contract). The

Page 65: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 6 of 33

suppliers of other Major sub-systems are detailed in Employer’s Requirements-General &Technical Specification.

A1.2 Maximum number of ‘T+M’ units that can be manufactured in the off-shore factoryoutside India are 2 ‘T+M’ units (4 cars) i.e. total 04 cars. Balance cars shall bemanufactured in India. For this, an essential condition for complying with the tender isthat the Contractor shall establish facilities either independently or with an Indian Partnerfor local manufacture of coaches in India. In case local manufacture is undertaken in thefacilities of the local partner, Quality control (total) and testing at works shall be theresponsibility of the member of consortium based on whose credentials the tenderer hasqualified for this tender. The tenderer shall submit detailed proposal indicating details ofthe Indian Partner (if any), the place of manufacture in India, work schedule etc in the bid.However, if not finalized at Pre-bid stage, the Contractor shall submit all these detailswithin 06 (six) months of the Commencement date for approval by the Employer.Tenderer may refer to Chapter 1 of Employer’s Requirements-General Specification fordetails.

Total number of coaches, ‘T+M’ units (including configuration) required to be suppliedalong with Key Dates for delivery & commissioning are indicated in the ‘Appendix FT-1 tothe Form of Tender’.

A 1.3 Deleted.

A 1.4 For the manufacture of cars in India in addition to the details submitted in the bid, theContractor shall submit proposal for approval by Employer within 6 months of award ofcontract. The proposal must include complete details of Indian partner including detailsof technical capability and financial capability. Details of the Indian partner shall include,but not limited to, the following:

- MoU indicating scope of work

- Procedure for assuring Quality Standards

- Detailed plan for deployment of Contractor’s personnel in Indian partner’s works

- Qualification procedures for key personnel including welders, crimpers, fitters etc.

- Detailed method statements for each activity including supply, manufacture, testingand commissioning.

- Inspection procedures (stage as well as final) for sub-systems and complete car.

- Availability of M & P, jigs & fixtures etc.

- Details of transfer of technology to Indian partner.

- Details of transfer of Engineering and manufacturing drawings.

- Any other documents desired by Employer.

A1.5 The Contractor shall also carry out effective interface coordination with other DesignatedContractors and other appointed Contractors by the Employer from time to time, duringthe Contract duration.

A1.6 The Contractor shall carry out Integrated Testing and Commissioning of cars on thesection in co-ordination with other Designated Contractors, under supervision ofEngineer. He shall also carry out all statutory tests and trials on cars necessary for

Page 66: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 7 of 33

obtaining sanction of Competent/Statutory Authorities for opening the system for publiccarriage of passengers and provide assistance and information as required by theappropriate statutory authorities in India.

A1.7 Deleted

A1.8 The detailed Scope of Work for the Contractor is further described in the Employer’sRequirements.

A 1.9 Deleted

A2. Source of Funds

Japan International Co-operation Agency (JICA), Japan is funding the procurement. Inthe event of only part or nil funding by JICA, the balance will be funded by other sources.Disbursement of the loan by The Japan International Co-operation Agency (JICA), Japanwill be subject to the terms and conditions of the Loan Agreement including the‘Guidelines for Procurement under JICA Loans.’ No party other than the Government ofIndia shall derive any rights from the Loan Agreement or have any claim to the loanproceeds.

In case of JICA funding for the procurement, JICA requires that bidders and contractors,as well as Government of India, under contracts funded with JICA ODA loans and otherJapanese ODA, observe the highest standard of ethics during the procurement andexecution of such contacts. In pursuance of this policy, JICA:

a) will reject a proposal for award if it determines that the bidder recommended for awardhas engaged in corrupt or fraudulent practices in competing for the contract in question;

b) will recognize a contractor as ineligible , for a period determined by JICA, to be awardeda contract funded with JICA ODA Loans if it at any time determines that the contactor hasengaged in corrupt or fraudulent practices in competing for, or in executing, anothercontract funded with JICA ODA Loans or other Japanese ODA.

A3. Eligible Tenderers

Unless otherwise approved by the Employer, the tenders for this Contract will beconsidered only from those companies, corporation, partnerships, consortia and jointventures who pass the Initial Filter based on submissions with the tender. Technical bidsof only such eligible tenderers will be evaluated.

A4 Eligible Source Countries for Materials, Plant, Supplies, Equipment, and Services

There are no restrictions on the country of origin of Plant, equipment, materials, andservices to be provided under the Contract. However, all Plant, equipment, materials andservices shall be to the satisfaction of the Employer and Engineer. The informationregarding all Plant, equipment, materials and services included in the Tenderer’sProposals and incorporated into the Contract Document shall not, in any event, beconstrued as a submission to the Engineer under the Contract. However, the tenderershould note the requirements for indigenisation.

A5 Qualification of the Tenderer

Page 67: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 8 of 33

A5.1 The Tenderers to qualify for award of Contract shall submit a written power ofattorney bearing the specimen signatures of the authorised signatories of thetender to commit each member of the partnership, consortium or joint venture. Incase of Foreign partners, Power of Attorney(s) and Board Resolution/commercialregister confirming authority on 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. Tenderers fromMember Countries of Hague convention may submit all these documents with“Apostille” stamp instead of Embassy.

A5.2 Where the Tenderer comprises a consortium or joint venture, the Tenderer shall submitthe following additional information to meet the initial filter criteria for eligibility:

a. Memorandum of Understanding/Consortium Agreement, comprising of all themembers, shall be provided duly notarized by the notary public of country oforigin and should be either stamped by Embassy/ High Commission. Tenderersfrom Member Countries of Hague convention may submit all these documentswith “Apostille” stamp instead of Embassy.

b. nomination of one of the members of the consortium or joint venture to be in-charge (Leader); and this authorisation shall be covered in the Power of Attorneysigned by the legally authorised signatories of all members of consortium or jointventure;

c. details of the intended percentage participation given by each member shall beprovided and reconfirmed and expanded with complete details of the proposeddivision of responsibilities and corporate relationships among the individualmembers.

d. the partner in charge(Leader) shall be authorized to incur liabilities, receivepayments (if provided for in MoU/Consortium Agreement) and receiveinstructions for and on behalf of any or all partners of the jointventure/consortium;

e. all partners of the joint venture/consortium shall be jointly and severallyresponsible for the execution of the Contract in accordance with the Contractterms.

A5.3 The Tenderer shall submit with his Tender full details of his ownership and control or, ifthe Tenderer is a partnership, joint venture or consortium, full details of ownership andcontrol of each member thereof.

A5.4 Indian Tenderers, or Indian members of a partnership, joint venture or consortium shallsubmit, a certified copy of the last 3 years (including the latest Financial Year) income taxreturn, duly acknowledged by Income Tax department in the Technical Package. In casethe Indian member of a partnership, joint venture or consortium is a wholly owned100% subsidiary of their foreign partner in the said joint venture or consortium andthis Indian company has been formed less than 3 years ago, the certified copy ofthe latest Financial Year income tax return (applicable only if company was formedmore than a year ago), duly acknowledged by Income Tax department shall besubmitted in the Technical Package.

Page 68: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 9 of 33

A5.5 Each Tenderer (each member in the case of a partnership, joint venture or consortium) orany associate is required to confirm and declare with his Tender that no agent,middleman or any intermediary has been, or will be, engaged to provide any services, orany other item or work related to the award and performance of this Contract. They willhave to further confirm and declare in the submittal that no agency commission or anypayment which may be construed as an agency commission has been, or will be, paidand that the tender price will not include any such amount. If the Employer subsequentlyfinds to the contrary, the Employer reserves the right to declare the Tenderer as non-compliant, and declare any Contract if already awarded to the Tenderer to be null andvoid. Specific declaration to this effect exactly as per Appendix FT-10 to Form of Tendershall be submitted with the Technical Package.

A5.6 Canvassing or offer of an advantage or any other inducement by any person with a viewto influencing acceptance of a Tender will be an offence under laws of India. Such actionwill result in the rejection of the Tender, in addition to other punitive measures.

A5.7 The Applicant (including all members of a joint venture) shall not be one of the following:

(i) A firm or an organization which has been engaged by the Employer to provideconsulting services for the preparation related to procurement for orimplementation of this project;

(ii) Any association/affiliates (inclusive of parent firm) of a firm or an organizationmentioned in subparagraph (i) above.

(iii) A firm or an organization who lends or temporarily seconds its personnel to firmsor organizations which are engaged in consulting services for the preparationrelated to procurement for or implementation of the project, if the personnelwould be involved in any capacity on the same project.

A6 One Tender per Tenderer

Each Tenderer shall submit only one tender. If a Tenderer submits a tender in his ownname and at the same time participates and submits a tender as a member of aconsortium/joint venture, both tenderers will be disqualified.

A7 Cost of Tendering

The Tenderer 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.

A8 Site Visits

A8.1 The Tenderer is advised to visit and examine the Site ( existing Depots at Yamuna Bank,Khyber Pass, Najafgarh, Sultanpur ,shastri Park) and surroundings and obtain for himselfon his own responsibility all information that may be necessary for preparing the Tenderand entering into a Contract for the proposed Works. The costs of visiting the Site shallbe borne by the Tenderer. It shall be deemed that the Contractor has undertaken a visit tothe site of Works and is aware of the site conditions prior to the submission of the tenderdocument.

A8.2 The Tenderer and any of his personnel will be granted permission by the Employer to

Page 69: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 10 of 33

enter upon his premises and lands for the purpose of such inspection, but only upon theexpress condition that the Tenderer, and his personnel, will release and indemnify theEmployer and his personnel from and against all liability in respect thereof and will beresponsible for death or personal injury, loss of or damage to property and any other loss,damage, costs and expenses incurred as a result of the inspection.

A8.3. The Tenderer shall note General Conditions of Contract (GCC) Sub - Clause 4.9 in whichit is deemed that the Tenderer has taken into account all the factors that may affect hisTender in preparing his offer.

A9 Quantity Variation

The Employer at his discretion may advise the Contractor in writing about increase of thetotal quantity up to 30 (thirty) % (rounded up to the nearest complete ’DT+M’/’T+M’ unitsi.e. 22 cars). For any increase in quantity, Employer may exercise the option on anydate before one year of the scheduled delivery of last ‘DT+M’/‘T+M’ unit/s. Contractorshall be required to supply increased ordered quantities at the contracted terms &conditions and determined prices as detailed in Annexure ITT-2A of these Instructions totenderers and no additional amount on account of quantity variation or escalation or anyother account whatsoever shall be payable to the Contractor.

In case of increase in quantity beyond the original tendered quantity as indicated in the‘Appendix FT-1’ to ‘Form of Tender’ the Key Dates for the increased quantities shall be asspecified in the ‘Attachment to Appendix FT-1’ to ‘Form of Tender’.

A10 Gauge

The Gauge for all the Corridors shall be Broad Gauge as detailed in the Employer’sRequirements.

B. Tender DocumentsB1 Content of Tender Documents

B1.1 The Tender Documents, as listed below, have been prepared for the purpose of invitingtenders for design, manufacture, supply, testing and commissioning of passenger rollingstock in connection with Contract RS13 of the Mass Rapid Transport System – PhaseThree and as more particularly described in these documents.

(a) Notice of Invitation to Tender;

(b) Initial Filter documents

(i) Initial Filter Evaluation Criteria including Filter of Applicants-Check list

(ii) Initial Filter Questionnaire

(c) Instructions to Tenderers;

(d) Form of Tender and Appendices;

(e) General Conditions of Contract;

(f) Special Conditions of Contract with Schedules ;

(g) Employer's Requirements:

Page 70: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 11 of 33

(i) General Specification;(ii) Technical Specification.

(h) Deleted(i) Tender Drawings.

B1.2 The Tenderer is expected to examine carefully the contents of all the above documents.Failure to comply with the requirements of the Tender Submittal will be at the Tenderer’sown risk. Tenders that are not substantially responsive to the requirements of the TenderDocuments will be rejected.

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

B2 Content of Supporting DocumentsB2.1 The line profile for all the sections, enclosed with this tender is for general information of

the Tenderer and may undergo changes/revisions from time to time.B2.2 The accuracy or reliability of the documents referred to in this Clause B2 and of any other

information supplied, prepared or commissioned at any time by the Employer or others inconnection with this Contract RS13 is not guaranteed.

B3 Clarification of Tender DocumentsB3.1 The Tenderer shall check the pages of all documents against page numbers given in

indexes and summaries and, in the event of discovery of any discrepancy, the Tenderershall inform The Chief Electrical Engineer/ Rolling Stock-II(CEE/RS-II) forthwith forclarification. For the purpose of Tender submission and Tender evaluation, the Engineershall be CEE/RS-II.

B3.2 Should the Tenderer for any reason whatsoever, be in doubt about the meaning ofanything contained in the Invitation to Tender, Tender Documents or the extent of detailin the Employer's Requirements, (General Specification and Technical Specification) andTender Drawings, the Tenderer shall seek clarification from The Engineer, not later thanfour weeks before the due date of submission of Tender. Any such clarification, togetherwith all details on which clarification had been sought, will be copied to all Tenderers whohad purchased the Tender documents till then, without disclosing the IDENTITY ofTenderer seeking clarification. All communications between the Tenderer and CEE/RS-IIshall be conducted in writing. Any Addendum issued shall be uploaded on the DMRCwebsite and shall be as well as intimated to the parties, who have already purchased theTender documents. Any party seeking purchase of Tender documents at any stage shallbe provided with the Tender documents along with the addenda and clarification issuedtill then.

B3.3 Except for any such written clarification by Chief Electrical Engineer/ Rolling Stock-IIwhich is expressly stated to be by way of an addendum to the documents referred to inparagraphs B1.1 (a) to (i) above and/or for any other document issued by the Employerwhich is similarly described, no written or verbal communication, representation orexplanation by any employee of the Employer or the Engineer shall be taken to bind orfetter the Employer or the Engineer under the Contract.

B4. Amendment of Tender DocumentsB4.1 Tenderers are advised that further instructions to Tenderers and addenda to the Tender

Documents may be issued during the tender period. Without prejudice to the generalorder of precedence prescribed by Clause 1.5 of the GCC, the provisions in any such

Page 71: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 12 of 33

addenda shall take priority over the Invitation to Tender and Tender Documentspreviously issued. Tenderers shall confirm receipt of such documents and list them in theTender Submittal.

B4.2 The Tenderer should note that discussions and clarifications in writing may be requiredby the Employer during evaluation based on the documents submitted by the tenderer inhis offer. Tenderers shall note that no change in tender conditions and/or specificationsshall become applicable based on documents either submitted by the tenderer as a partof his offer or submitted during evaluation in writing on the specific request by theEmployer, unless the same is specifically accepted by the Employer at his sole discretionand intimated in writing to the tenderer at pre-award stage.

C. Preparation of Tenders

C1 Language

Tenders and all accompanying documents shall be in English. In case anyaccompanying printed literature is in other languages, it shall be accompanied by anEnglish translation duly certified by a registered translator. The English version shallprevail in matters of interpretation.

C2 Documents Comprising the Tender

C2.1 The Tenderer shall, on or before the date given in the Notice of Invitation to Tender,submit his Tender in two separate sealed envelopes clearly marked as mentioned belowwith the name of the Tenderer and with

“Contract RS13: Tender Guarantee, Initial Filter Documents and Technical Package”;and

"Contract RS13: Financial Package ".

These shall be addressed to The Managing Director, DMRC and submitted at theaddress given in the ‘Appendix FT-1 to Form of Tender’. The Tenderer shall ensure thata receipt is obtained for the submission of his Tender, such receipt being issued free ofcharge by DMRC.

C2.1.1 The Tenderer shall submit the following documents duly completed with the ‘TechnicalPackage’ of Tender submission:

(a) Tender Guarantee and Tender Fee(in case of downloaded ‘Tender Documents’)

(b) Initial Filter Documents complete (in a separate Folder) ‘Part – I’ or ‘Part – II’, asapplicable:

(i) Letter of Application

(ii) Letter of participation from each member of the group

(iii) Initial Filter Evaluation Criteria including Filter of Applicants-Check Listand Bid Capacity Evaluation

(iv) Initial Filter Questionnaire complete & duly filled including VerificationStatement

(c) Form of Tender (with Power of Attorneys but without Appendices)

(d) Appendix FT-1 to the Form of Tender

Page 72: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 13 of 33

(e) Appendix FT-3 to the Form of Tender: Outline Quality Plan (see paragraph C4below);

(f) Appendix FT-4 to the Form of Tender: Outline Safety Plan (see paragraph C5below).

(g) Appendix FT-5 to the Form of Tender: Outline Environmental Plan (seeparagraph C6 below)

(h) Appendix FT-6 to the Form of Tender: Tenderer’s Technical Proposals (seeparagraph C7 below);

(i) Appendix FT-7 to the Form of Tender: Project Management Plan (see paragraphC12 below)

(j) Appendix FT-8 to the Form of Tender: The Structure of the Tenderer includingdetails of ownership and control of the Tenderer (See paragraph A5.3 above);

(k) Proposed Works Programme and proposed Design Submission Programme (Seeparagraph C8 below);

(l) Proposed Manufacture, Testing, and Commissioning Methods. (see paragraphC9 below);

(m) Details of major components, sub-assemblies, assemblies proposed to be sub-contracted or bought in (See paragraph C11 below);

(n) Details of providers of guarantees and warranties (see paragraph C18 below);

(o) Appendix FT-9 to the Form of Tender: Details of Tender Index (See paragraphC21 below);

(p) Appendix FT-10 to the Form of Tender: Form of Declaration for Non-engagementof any Agent, Middleman or Intermediary

(q) Appendix FT-11 to the Form of Tender: Statement of deviations

(r) Deleted

(s) Certificate confirming receipt of all Tender Addenda as per proforma as given inAppendix FT-13 to the Form of Tender.

(t) Letter of Undertaking (See paragraph E2)

(u) Copy of all documents of Financial Package with Prices left blank and Certificatefrom the Tenderer as per pro-forma as given in Appendix FT – 14 to the Form ofTender.

(v) Certificate from the tenderer that all the contents of the Tender Documents havebeen carefully examined by the tenderer and all the pages of tenderer’s proposalhave been signed and stamped as per pro-forma as given in Appendix FT-15 tothe Form of Tender.

(w) One set of complete Tender documents (including all Addenda), signed andstamped on right hand bottom corner of each page.

(x) Any further documents which are requested in writing by Employer before

Page 73: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 14 of 33

submission of the Tender by way of evaluation documents but which are not toform part of the Contract.

C2.1.2. The Tenderer shall submit the following documents duly completed with ‘FinancialPackage’ of the Tender submission:-

(a) Form of Tender (without Appendices)(b) Appendix FT-2 to the Form of Tender - completed Pricing Document including

the Tender Total, schedule of amounts apportioned to Cost Centres, monthlycash flows for the Contract etc.(see Paragraph C10 and C14 below) The price tobe quoted shall be the total price of the Tender as elaborated in Annexure ITT-2Aand ITT-2B.

(c) Pricing of unqualified withdrawal of Conditions, Qualifications, Deviations etc. asper the format given in Annexure ITT-2B-3 to the Instruction to tenderers for allthe deviations submitted in Appendix FT-11 to Form of Tender.

(d) Deleted

C2.1.3 All deviations from the tender documents, remarks, comments etc. shall be included inthe Statement of Deviations (Appendix FT – 11 to the Form of Tender). The price ofunqualified and unconditional withdrawal of all the conditions, qualifications, deviationsetc. as mentioned in Appendix FT-11 shall be quoted by the tenderer in the format givenin Annexure ITT-2B-3 duly indicating the Cost Centre & Milestone to which price shall beallocated. All implicit and explicit deviations, remarks and comments mentionedelsewhere in the tenderer’s proposal shall be treated as NULL and VOID and consideredwithdrawn unconditionally. Any clause included in the Statement of Deviations (AppendixFT – 11 to the Form of Tender) but not priced in the Annexure ITT-2B-3, shall be treatedas NULL and VOID and will be considered unconditionally withdrawn.

The Tenderer shall provide a valid and fully compliant proposal for the cars as detailed inthe Employer’s Requirements. The Tenderer shall submit a detailed clause by clausecommentary on all the clauses of the Employer’s Requirements.

Tenderers shall note that their comments to the clause by clause commentary wherevergiven shall only be in the following form:

Complied : “Complied” shall be indicated by the tenderer where the tenderer isable to comply fully with the clause.

Noted : Where a clause merely provides information, and no other comment isnecessary, “Noted” will suffice.

Not Complied: Where the tenderer is not able to comply fully with the clause orhas any observation or proposes an alternative design, “Not Complied” shall beindicated and comments if any of the tenderer shall be indicated in detail. AllClauses with status as “Not Complied” shall be included in the statement ofDeviations (Appendix FT-11 to Form of Tender) and shall be priced in AnnexureITT-2B-3.

Tenderer shall also note that:

Any comment by the tenderer in the Clause By Clause Commentary, other thaneither of “Complied”, “Noted” or “Not Complied” shall be treated as “Not

Page 74: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 15 of 33

Complied”. Unless tenderer prices against such clauses in the Annexure ITT 2B-3, the comment against any clause shall be deemed to have been unconditionallywithdrawn with no financial implications and shall be considered as NULL andVOID.

Any “Not Complied” comment by the tenderer in the Clause By ClauseCommentary which has not been included in the Statement of Deviations(Appendix FT-11 to Form of Tender) shall be treated as “Complied”.

Any “Not Complied” comment by the tenderer in the Clause By ClauseCommentary which has also been included in the Statement of Deviations(Appendix FT-11 to Form of Tender) but has not been priced in Annexure ITT-2B-3 shall be treated as null and void and deemed to have been unconditionallywithdrawn.

In case price for unqualified withdrawal of any remark, comment, condition,qualification or deviation etc. indicated in Appendix FT-11 ('A', 'B' and 'C') is notquoted in Annexure ITT-2B-3, it shall be considered that the remark, comment,condition, qualification or deviation is unconditionally withdrawn without anyfinancial implication. However, Employer at its sole discretion and option mayassess the financial implication of the said remark, comment, condition,qualification or deviation etc. based on best engineering principles and concepts,which shall be binding on the tenderer, and the same may be considered byEmployer for financial evaluation.

A tender without a Clause by Clause Commentary, as stated above, is liable to berejected.

The Tenderer shall also submit a soft copy (CD-in MS Office Software format) of all theTender submissions but in case of any discrepancy, the hard copy shall prevail inaccordance with Clause C24.1 below.

Should any further document be required in pursuance to paragraph 2.1.1 (x), theTenderer will be instructed by the Employer which package of the Tenderer’s submissionis to contain such document. The documents identified in paragraph 2.1.1 (l), (m) and (n)will be used for the purpose of analysing and evaluating the tender but will not form partof the contract unless same shall have been expressly incorporated into the contract inaccordance with paragraph B 4.1 and B 4.2 above.

C2.2 Deleted.

C2.3 Tenderers shall quote his price as elaborated in Annexure ITT-2A and ITT-2B.

C2.4 The Tenderer should note sub-clause 11.4 of the General Condition of Contract (GCC)and Special Condition of Contract (SCC) that describes the method of determining interimpayments by reference to Milestone payments.

C3 Form of Tender

The Form of Tender shall be completed and signed by a duly authorised and empoweredrepresentative of the Tenderer. If the Tenderer comprises a consortium or a joint venture,the Form of Tender shall be signed by a duly authorised representative of each member

Page 75: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 16 of 33

or participant thereof. Signatures on the Form of Tender shall be witnessed and dated.Copies of relevant powers of attorney as indicated in the ‘Note’ to ‘Form of Tender’ shallbe attached.

C4 Outline Quality Plan

The Tenderer shall submit as part of his Tender an Outline Quality Plan illustrating theintended means of compliance with the Employer's Requirements (Volume 3) and settingout in summary form an adequate basis for the development of the more detaileddocument required under specifications of the Tender. The Outline Quality Plan shallcontain sufficient information to demonstrate clearly the proposed method of achievingthe Tenderer's quality objectives with regard to the requirement of the Contract.

Overall responsibility of quality for manufacture, testing, commissioning and DLP shallwith the Consortium member based on whose experience and strength, the tenderer hasqualified for this tender.

C5 Outline Safety Plan

C5.1 The Tenderer shall submit as part of his Tender an Outline Safety Plan which shallcontain sufficient information to demonstrate clearly the Tenderer's proposals forachieving effective and efficient safety procedures in the design, manufacture, testing andcommissioning of Rolling Stock on the section. The Outline Safety Plan should include anoutline of the safety procedures and regulations to be developed and the mechanism bywhich they will be implemented for ensuring safety including Hazard Analysis, FireControl, Electro Magnetic Compatibility/Electro-magnetic Interference control, reliability,availability and maintainability requirements as given in the Employer's Requirements -(Volume 3) and Clause 9 of the SCC.

C5.2 The Outline Safety Plan shall be headed with a formal statement of policy in relation tosafety and shall be sufficiently informative to define the Tenderer's safety plans and setout in summary an adequate basis for the development of the Site Safety and Safety intransport to be submitted in accordance with Clause 9 of the SCC.

C5.3 The Tenderer may be requested by DMRC in writing to amplify, explain or develop hisOutline Safety Plan prior to the date of acceptance of the Tender and to provide moredetail with a view to reaching provisional acceptance of such a plan.

C6 Outline Environmental Plan

C6.1 The Tenderer shall submit as part of his Tender an Outline Environmental Plan settingout in summary form the intended means of compliance with the Employer’s Safety,Health and Environment Manual and noise standards for rolling stock in the Employer’sRequirements and Clause 10 of the SCC. This shall form the basis for the submission ofa detailed and comprehensive Environmental Plan to be submitted at the time of detaileddesign.

C6.2 The Tenderer may be requested by DMRC in writing to amplify, explain or develop his

Outline Environmental Plan prior to the date of acceptance of the Tender and to providemore detail with a view to reaching provisional acceptance of such a Plan.

C7 Tenderer’s Technical Proposals

Page 76: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 17 of 33

C7.1 The Tenderer shall submit with the Tender his Technical Proposals as described inAnnexure ITT-3 to Instruction to Tenderers hereto.

C7.2 The Tenderer may be requested by DMRC in writing to amplify, explain and develop theContractor's Technical Proposals in substantially greater detail during the tenderevaluation period such that they may be confirmed as complying clearly with theEmployer's Requirements (Volume 3) and, in accordance with paragraph B4.2 herein,can be incorporated into the Contract. Only those aspects of the Contractor’s TechnicalProposal that the Employer (at his sole discretion) considers clearly conforming will formpart of the Contract.

C7.3 Deleted.

C8. Tenderer’s proposed Works Programme and Design Submission Programme

C8.1 The Tenderer shall submit with his Tender, proposed Works Programme which shallindicate how the Tenderer intends to organise and carry out the Works and achieveStages and complete the whole of the Works by the appropriate Key Dates. Detailedrequirements for the Works Programme are set out in Annexure ITT-1 to theseInstructions to Tenderers.

C8.2 The Works Programme shall be prepared in terms of weeks from the Date forCommencement of Works.

C8.3 The Works Programme given in the Tender shall not in any event be construed as asubmission of the Works Programme as required to be furnished according to theEmployer’s Requirements.

C8.4 The Tenderer shall submit with his Tender his proposed Design Submission Programmeto cover the Design Phase (unless specifically waived-off by the Employer). Suchproposed programme shall:

(a) be consistent with the Work Programme as detailed in the Employer'sRequirements (Volume 3 of Tender Documents);

(b) include a Schedule identifying, describing, cross-referencing and explaining theDesign Packages and Submissions which the Tenderer intends to submit;

(c) take due account of the design co-ordination interface periods during which theContractor shall be required to undertake and complete all aspects of design co-ordination with other contractors (Designated Contractors) engaged in the design of theProject such that each contractor can complete his co-ordinated design in the knowledgethat such design will be compatible and co-ordinated with others and allow adequate timefor the Employer’s assessments and decisions.

The proposed Design Submission Programme submitted at the time of Tender shall bemodified and developed as necessary to incorporate the Employer's programmerequirements in respect of review by the Employer and the Engineer.

C8.5 The Tenderer's attention is drawn to the Employer's Requirements. The Tenderer shouldnote that he may be requested by DMRC in writing to amplify, explain and develop hisproposed Works Programme and Design Submission Programme prior to award of

Page 77: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 18 of 33

Contract. The Preliminary Works Programme and Design Submission Programme shallbe submitted within the period stipulated in the Employer’s Requirements.

C8.6 The proposed Design Submission Programme and other submissions given in the Tendershall not, in any event, be construed as a submission as required to be furnished as perthe Employer’s Requirements.

C9 Manufacture, Testing, and Commissioning Methods.

C9.1 The Tenderer shall submit with his Tender, the Methods by which the Tenderer intends tomanufacture and test the rolling stock offshore as well as in India. Details shall be givenof the locations and arrangements for offshore work, the facilities available and anyunderstanding from others that the Tenderer has in such matters. Details shall also begiven of the locations and arrangements in India for manufacture and testing of carsalong with facilities available and proposed to be set up and any understanding fromothers which the Tenderer has in such matters. The manufacturing methods to beemployed, the equipments and facilities available or proposed to be set up off-shore andor in India, will be analysed during technical evaluation and shall be in sufficient detail toallow a full appreciation of the Tenderer’s proposals in relation to all aspects of the works.The extent of automation involved in manufacture, particularly in the area of welding,shall be clearly stated for both off-shore and indigenous manufacture. Tenderer may referto clause A1.2, A1.3 & A1.4 of these Instructions to Tenderer.

C10. Milestones Payment Schedule

C10.1 The Tenderer shall submit with his Tender (Financial Package) Milestone PaymentSchedule which shall show, in tabular form the anticipated accumulated value of workdone for all Cost Centres put together.

The Tenderer shall also submit monthly cash flows for the Contract.

Both Milestone Payment Schedules and monthly cash flows shall be submitted for eachcurrency of the Contract separately.

C10.2 If the Tenderer is requested by DMRC in writing to amplify and develop his proposedProgramme pursuant to paragraph C8 above, the Tenderer will be required to amend theMilestone Payment Schedule so as to be consistent with the proposed WorksProgramme with a view to reaching provisional acceptance of the amended version. Ifsuch provisional acceptance is notified, the Tenderer shall be required, prior to award, tosubmit such amended versions as his proposed Milestone Payments conditional onlyupon acceptance of his Tender.

C11. Sub-Contracts

C11.1 The Sub-contractors/ Vendors/Sub-vendors proposed in this tender should be the sameas mentioned in Employer’s Requirements - General and Technical Specification. The listof Major sub-assemblies and their suppliers with details is given in Employer’sRequirements- General & Technical Specification. In case, contractor proposes to usesupplies from a different vendor, it shall be obligatory for the Contractor to obtain Noticeof No Objection from the Engineer for the selection of the sub-contractor and vendors, forall items of work, even if the name of the sub-contractor/vendor/sub-vendor is named in

Page 78: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 19 of 33

the Contractor’s Proposal and the works to be done including purchase of materials andequipments is in accordance with the standards specified in the Contract.

For the items, components and aggregates, which have already been approved byDMRC in DMRC ‘RS1’ Contract, no type tests will be conducted. However, in the eventnew vendors are being identified for ‘RS13’ Project, necessary approval will be takenfrom DMRC and type tests, if any required shall be conducted at Contractor’s Cost.

After the Notice of No Objection issued by the Engineer for the selection of the sub-contractor/vendor, any change in the identity of sub-contractor/vendor shall require priorapproval of the Engineer.

Notwithstanding any consent to the selection of the sub-contractor/vendor given by theEngineer, the Engineer shall have full power to order the change of sub-contractor/vendor, if considered necessary by him.

C11.2 The payments to be made by the Contractor to the Sub-Contractors/Vendors are deemedto be included in the Lump Sum Price.

C12. Project Management Plan.

C12.1 The Tenderer shall submit with his Tender a Project Management Plan as prescribed inEmployer’s Requirement - General Specification inter-alia indicating names,qualifications, professional experience and corporate affiliation of all proposed keymanagement and Engineering personnel (above the level of supervisor) and specialists.

C12.2 The Tenderer shall include his proposals for his Co-ordination Control Team and includethe name and qualifications of the Team Leader responsible for the interface co-ordination with Designated Contractors.

C13. Proposals for Use of Site and Site Management

C13.1 The Contractor will be given access to the site in accordance with clause 2.2 of GCC.The Contractor will be provided with limited space and for a limited period for setting uptemporary office and stores in the depots at Yamuna bank, Khyber pass, Nazafgarh,Sultanpur and Shastri Park. The Contractor shall, however, provide his own liftingfacilities at the port, transhipment points and depot for loading and unloading rolling stockand heavy equipments. However, the contractor will be allowed, free of charge, tractionpower, water and test track, for assembly, testing, trials, commissioning and repairs (ifany) to rolling stock. The Contractor shall also be allowed the use of Depot facilitiessubject to availability as described in Chapter 10 of Employer’s Requirements – GeneralSpecification.

C14. Pricing Document

C14.1 The Pricing Document is included in Annexure ITT-2B to these Instructions to Tenderers.The Tenderer shall complete the Pricing Document in accordance with the instructionsgiven in Annexure ITT-2A. The completed Pricing Document shall be submitted asAppendix FT-2 to the Form of Tender.

C14.2 The Tenderer is to note that Key Dates are to be determined by reference to periods fromthe Commencement Date of the Works. Periods for each stage of work are given in

Page 79: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 20 of 33

Appendix FT-1 to the Form of Tender. Milestone dates shall be, likewise, determined byreference to the respective periods from the Commencement Date of the Works. It is theintention that, prior to Commencement Date, Key Dates and Milestones will be convertedto calendar dates.

C14.3 Deleted.

C15. Currencies of Tender and Payment

C15.1 The Prices shall be quoted by the Tenderer separately in the following currencies:

(a) For inputs to the Works, which are expected to be supplied from within India, in

Indian Rupees.

(b) For those inputs to the Works, which are expected to be supplied from outside India,

in freely tradable foreign currencies.

(c) Maximum Number of currencies of payment shall not be more than three.

C15.2 Interim payments in relation to each Cost Centre will be certified and paid, in accordancewith the provisions of Clauses 11.4,11.5 and 11.6 of the GCC in the currency shown inthe Schedule of Cost Centre Amounts. The Tenderer’s attention is invited to Clause 24,25 and 26 of SCC.

C15.3 For the purpose of comparative evaluation of the offers, all tender prices will be convertedto INR by using the Bill Selling rate of exchange for those currencies at the close ofbusiness of the State Bank of India on the last working day ‘Twenty eight days prior todate for tender submission (refer Form of Tender –Appendix FT-1)’. If 28 daysbefore the ‘date for tender submission’ happens to be a holiday then the Bill sellingRate of exchange at the close of business of the State Bank of India on the next workingday will be considered for conversion of Foreign currency to Indian Rupees.

C16. Tender Validity

The Tender shall be valid for a period as specified in Appendix FT-1 to Form of Tender.In exceptional circumstances, prior to expiry of the original tender validity period, theEmployer may request that the Tenderers to extend the period of validity for a specifiedadditional period. The request and the responses thereto shall be made in writing or byfacsimile or email. A Tenderer may refuse the request without forfeiting his TenderGuarantee. A Tenderer agreeing to the request will not be required or permitted tomodify his tender, but will be required to extend the validity of his Tender Guarantee forthe period of the extension. Only one communication either extending the validity orrefusing to extend the validity would be entertained. If the validity is not extended, nofurther representation, if any, to revive the tender at a later date will be entertained

If the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of theinitial bid validity, the Contract price shall be determined as follows:

(a) In the case of fixed price contracts, the local currency portion of the Contract priceshall be adjusted by a factor of 5% per annum reflecting local inflation during theperiod of extension, and the foreign currency portion of the Contract price shall be

Page 80: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 21 of 33

adjusted by a factor of 2% per annum reflecting the international inflation during theperiod of extension.

(b) In the case of adjustable price contracts, to determine the Contract price, the localcurrency portion of the fixed portion of the Contract price shall be adjusted by a factorof 5% per annum reflecting local inflation during the period of extension, and theforeign currency portion of the fixed portion of Contract price shall be adjusted by afactor of 2% per annum reflecting the international inflation during the period ofextension.

(c) In any case, bid evaluation shall be based on the bid price without taking intoconsideration the applicable correction from those indicated above.

C17. Tender Guarantee(Tender Security)

C17.1 The Tenderer shall submit with his Tender a Tender Guarantee for a sum as specified inAppendix FT-1 to Form of Tender in the form of Banker’s Cheque/Demand Draft issued infavour of “Delhi Metro Rail Corporation Ltd.” payable at New Delhi or Fixed DepositReceipt of a Scheduled Commercial Bank/ Post office based in India duly pledged infavour of ‘Delhi Metro Rail Corporation Ltd.’ or in the form of an Irrevocable BankGuarantee issued by a Schedule Commercial Bank based in India in the form given inAnnexure ITT-4. In case of tenderer being a Joint Venture/Consortium, the TenderGuarantee shall be submitted in the name of Joint venture/ Consortium and not in nameof individual members, failing which the tender shall be summarily rejected. The TenderGuarantee so submitted shall be supported with a joint undertaking signed by each of theJoint Venture/Consortium member, indicating that they have backed up the TenderGuarantee value in proportion to their share specified in the Consortium/Joint VentureAgreement/Memorandum of undertaking, on pro-rata basis.The Tender Guarantee shallremain valid for a period as specified in Appendix FT-1 to Form of Tender.

C17.2 Any Tender not accompanied by an acceptable Tender Guarantee will be rejected by theEmployer as non-responsive.

C17.3 The Tender Guarantee of the successful Tenderer shall be returned upon the signing ofthe Contract Agreement and the receipt by the Employer of the Performance Guaranteein accordance with Sub-Clause 4.2 of the GCC.

C17.4 Tender Security of tenderers who fail in technical evaluation shall be returned afteropening of financial package. Tender Security of unsuccessful tenderers in financialopening shall be returned after unconditional acceptance of the Letter of Acceptance(LOA) by the successful tenderer.

C17.5 The Tender Guarantee 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 E5.2 below; or

(c) Deleted

(d) if the successful Tenderer refuses or neglects to execute the Contract or fails tofurnish the required Performance Guarantee within the time specified or extended by

Page 81: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 22 of 33

the Employer.

C18. Guarantees and Warranties

C18.1 The Tenderer shall submit full details of the identity of the proposed parties who wouldrespectively provide or issue:

(a) the Performance Guarantee in accordance with Sub-Clause 4.2 of the GCC;

(b) parent company Undertakings in accordance with Sub-Clause 4.2 of the GCC;

(c) parent company Guarantees in accordance with Sub-Clause 4.2 of the GCC;

C18.2 The Contractor shall submit warranties in accordance with Sub-clause 4.2 of the GCCand Clause 5 of SCC.

C18.3 If the Tenderer comprises a consortium or joint venture, a parent company of eachmember or participant will be required to execute the Undertakings and Guaranteesreferred to in sub-paragraphs (b) and (c) above.

C18.4 Forms of the above documents are given in the Schedules to the Special Conditions ofContract.

C18.5 The Contractor should note that all Guarantees, Undertakings, and Warranties exceptAdvance Payment Guarantee, shall be executed prior to signing of the Contract.

C19. Other Contractors

The Tenderer's attention is drawn to the requirement that access to the Site or parts ofthe Site will, from time to time, have to be shared with other contractors carrying outworks on, or in the vicinity of the Site including, without limitation, works relating to designand construction of Stations; design, manufacture and installation of Signalling, TrainControl and Telecommunications on the Corridors; design, manufacture and installationof Power Supply, Traction Power, Power Distribution and Lifts & Escalators on theCorridors; installation of track work; design, manufacture, supply and installation ofAutomatic Fare Collection; Construction, manufacture and installation of Depots andEquipments etc. Tenderer may refer to Volume 3 - Employer’s Requirement – GeneralSpecifications and Employer’s Requirement :- Technical Specifications for details.

C20. Insurance

20.1 The Tenderer's attention is drawn to the provisions contained in Clause 15 of the GeneralConditions of Contract and Clause 27B, 28 and 29 of SCC.

C21. Tender Index

The Tenderer shall include with his Tender a Tender Index. The Tender Index shouldindicate where within the Technical Package as well as Financial Package, the Tendererhas included his responses/comments to the Tender requirements and conditionselaborated in these Tender documents.

C22 Deleted.

C22.1 Deleted

C23 Pre-Tender Meeting

Page 82: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 23 of 33

C23.1 The Tenderer or his official representative will be invited to attend a pre-Tender meeting,which will be held on the date, time and location indicated in Appendix FT-1 to the Formof Tender.

C23.2 The purpose of the meeting will be to clarify issues and to answer questions on anymatter that may be raised at that stage.

C23.3 The Tenderer is requested to submit any questions in writing or by facsimile, to reach theEmployer before or during the meeting.

C23.4 Minutes of the meeting, including the text of the questions raised and the responsesgiven, will be transmitted to all parties who had purchased the Tender documents till thenas well as the participants of the Pre-Tender Meeting. Any modification of the Tenderdocuments listed in paragraph B4 which may become necessary as a result of the pre-tender meeting shall be made by the Employer exclusively through the issue of anAddendum pursuant to paragraph B4 and not through the minutes of the pre-tendermeeting.

C23.5 Non-attendance at the pre-tender meeting will not be a cause for disqualification of aTenderer.

C24 Format and Signing of Tender

C24.1 The Tenderer shall prepare one original and two copies of the documents comprising thetender as described in paragraph C2 of these Instructions to Tenderers, clearly marked"ORIGINAL", "COPY 1” and "COPY 2". In the event of discrepancy between them, theoriginal shall prevail.

C24.2 The original and all copies of the tender shall be typed or written in indelible ink (in thecase of copies, photocopies are also acceptable) and all the pages of the original, and allcopies shall be signed by a person or persons duly authorised to sign on behalf of theTenderer, pursuant to sub-paragraphs A5.1 or A5.2, as the case may be. All pages of theTender, where entries or amendments have been made, shall be initialled and dated bythe person or persons signing the Tender.

C24.3 The Tender shall contain no alterations, omissions or additions, except those to complywith instructions issued by the Employer, or as necessary to correct errors made by theTenderer, in which case such corrections shall be initialled and dated by the person orpersons signing the Tender.

D. Submission of TendersD1 Sealing and Marking of TenderD1.1 The tenderer shall submit the Tender Guarantee in a separate envelope. The Tenderer

shall seal the Original and each copy of the Technical Package in separate envelopes,

duly marking the envelopes as "Original", "Copy 1" and "Copy 2". Likewise, the Tenderer

shall seal the Original and each copy of the Financial Package in separate envelopes

duly marking the envelopes as "Original", "Copy 1" and "Copy 2". The envelopes of the

Page 83: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 24 of 33

Tender Guarantee and all the Technical Packages shall then be sealed in an outer

envelope and marked as “Tender Guarantee and Technical Package”. Likewise the

envelopes of all Financial Packages shall be sealed in an outer envelope.

D1.2 All documents corresponding to “Initial Filter” shall be annexed in a separate folder, which

shall be a part of the Technical Package. All the inner and outer envelopes shall be

addressed to the Employer at the following address:

To,

The Managing Director,

Delhi Metro Rail Corporation,

3rd Floor, NBCC Place,

Bhishma Pitamah Marg,

Pragati Vihar,

New Delhi.110003,

(a) bear the following identification for Technical Proposals:

TENDER GUARANTEE AND TECHNICAL PACKAGE

Tender Reference Number: RS13

DO NOT OPEN BEFORE …….. hrs. on ………

Name and address of the tenderer to enable the tender to be returned unopenedin case it is declared late pursuant to paragraph, D2, and

(b) bear the following identification for Financial Package:

FINANCIAL PACKAGE

Tender Reference No. RS13

NOT TO BE OPENED

Name and address of the tenderer to enable the tender to be returned unopenedin case it is declared late pursuant to paragraph D2 or deemed unresponsive inaccordance with paragraph E4.5 or for any other reason.

D1.3 If the outer envelope is not sealed and marked as above the Employer will assume noresponsibility for the misplacement or premature opening of the tender.

D2 Late or Delayed Tenders

D2.1 Tenders must be received by the Chief electrical Engineer/ Rolling Stock-II at the addressspecified above, not later than the date and time noted in Appendix FT-1 to the Form ofTender. If the due date is declared to be a public holiday due to unforeseen reasons, thetenders shall be submitted and opened at the same time on the next working day. TheEmployer may, at his discretion, extend the deadline for submission of tenders by issuingan amendment in accordance with paragraph B4, in which case all rights and obligationsof the Employer and the Tenderer previously subject to the original deadline willthereafter be subject to the deadline as extended.

Page 84: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 25 of 33

D2.2 Any Tender received by the Engineer after the deadline for submission of tendersstipulated above will be returned unopened to the Tenderer.

D3 Modification, Substitution and Withdrawal of Tenders

D3.1 Except where expressly permitted by these Instructions, the Tenderer shall not make orcause to be made any alteration, erasure or obliteration to the text of the documentsprepared by the Employer and submitted by the Tenderer with or as part of his Tender.

D3.2 A Bidder may withdraw, substitute, or modify its tender (Bid) - Technical or Price- after ithas been submitted by sending a written notice, duly signed by a person authorised tosign on behalf of the Tenderer and shall include a copy of the authorization in accordancewith ITT Clauses A5.1. The corresponding substitution or modification of the bid mustaccompany the respective written notice. All notices must be:

(a) Prepared and submitted in accordance with ITT Clauses C24 and D1 above (exceptthat withdrawals notices do not require copies), and in addition, the respectiveenvelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,”“MODIFICATION;”, as appropriate and

(b) Received by the Employer prior to the deadline prescribed for submission of bids, inaccordance with ITT Clause D2.

It may be noted that :

(i) In case of submission of notice of “WITHDRAWAL”, the bid submitted earlier by thetenderer will be considered as NULL and VOID.

(ii) In case of submission of notice of “MODIFICATION” or “SUBSTITUTION”, thecorresponding modified or substituted bid shall comprise of complete tendersubmissions as required as per ITT clause C2 , C24 and D1 and shall supercede theearlier bid submission.

D3.3 No Tender may be modified by the Tenderer after the deadline for submission ofTenders.

D3.4 Withdrawal of a tender during the interval between the deadline for submission of bidsand the expiration of the period of bid validity specified in the Form of Tender shall resultin the forfeiture of the Tender Guarantee.

E. Tender Opening and Evaluation

E1 Tender Opening

E1.1 The Technical Package of Tender will be opened at time and date as specified inAppendix FT-1 to Form of Tender in the Office of DMRC, NBCC Place, New Delhi. TheTenderers are allowed to be present at the time of opening of Technical Package. TheFinancial Package (Price Bids) will remain unopened and will be held in custody of theEmployer until the time of their opening to be specified in accordance with ITT E1.2.

First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelopewith the corresponding bid shall not be opened, but returned to the Bidder. No bidwithdrawal shall be permitted unless the corresponding withdrawal notice contains a valid

Page 85: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 26 of 33

authorization to request the withdrawal and is read out at bid opening.

Second, envelopes marked “SUBSTITUTION” shall be opened. The inner envelopescontaining the Substitution Technical Bid and/or Substitution price Bid shall beexchanged for the corresponding envelopes being substituted, which are to be returnedto the Bidder unopened. Only the Substitution Technical Bid, if any, shall be opened andread out. Substitution Price Bid will remain unopened. No envelope shall be substitutedunless the corresponding substitution notice contains a valid authorization to request thesubstitution and is read out at bid opening.

Next, envelopes marked “MODIFICATION” shall be opened. No Technical Bid and/orPrice Bid shall be modified unless the corresponding modification notice contains a validauthorization to request the modification and is read out at the opening of Technical Bids.Only the Technical bid marked Modification, is to be opened and read out at the opening.Price Bids, both Original as well as Modification, will remain unopened.

All other envelopes holding the Technical Bids shall be opened one at a time, readingout; the name of the Bidder and whether there is a modification; the presence or absenceof a Bid Security and any other details as the Employer may consider appropriate. OnlyTechnical Bids read out at bid opening shall be considered for evaluation. No bid shall berejected at the opening of Technical Bids except for late bids, in accordance with ITT D2.

The Employer shall prepare a record of the opening of Technical Bids that shall includeas a minimum; the name of the Bidder and whether there is a withdrawal, substitution, ormodification; and the presence or absence of a Bid Security. The Bidders’representatives who are present shall be requested to sign the record. The omission of abidder’s signature on the record shall not invalidate the contents and effect of the record.A copy of the record shall be distributed to all Bidders.

The Tenderer is advised that the Employer's policy in respect of comparison of tenders isthat the Technical Packages will be opened and reviewed to determine their acceptabilityand responsiveness to the Employer's Requirements and Tender Drawings.Unacceptable and unresponsive tenders will be rejected and the corresponding FinancialPackage will be returned unopened.

E1.2 The Tenderer is to note that Financial Package of tender submissions of which TechnicalPackage has satisfied the review in sub-paragraph E1.1 will be opened with the tendersums posted. The date, time, and place of opening will be advised to tenderers whoseTechnical Package have been found acceptable so that they can be present at thestipulated time of opening of Financial Package.

All envelopes containing Price Bids shall be opened one at a time, reading out; the nameof the Bidder and whether there is a modification; the Bid Price(s), ; and any other detailsas the Employer may consider appropriate.

No Bid shall be rejected at the opening of Price Bids.

The Employer shall prepare a record of the opening of Price Bids that shall include, as aminimum: the name of the Bidder, the Bid Price, (per lot if applicable), . The Bidders’representatives who are present shall be requested to sign the record. The omission of a

Page 86: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 27 of 33

Bidder’s signature on the record shall not invalidate the contents and effect of the record.A copy of the record shall be distributed to all Bidders.

E1.3 Tenders which are not accompanied by a valid Tender Guarantee, or are accompaniedby an unacceptable or fraudulent Tender Guarantee shall be considered as non-compliant and rejected.

E2. Confidentiality of Tender Information and Copyright

The Tender Invitation Documents, as listed in paragraph B1 above, and any addendathereto, together with any further communications, are issued for the purpose of invitingtenders only. The Tenderer shall not disclose any information contained in the documentsor otherwise supplied in connection with this tender invitation to any third party except forthe purpose of preparing its Tender. The Tenderer shall maintain complete confidentialitytill the Contract is awarded. In the event that such confidentiality is breached, theEmployer may reject the Tender. The tender drawings and documentation prepared bythe Employer shall be used solely for the design of the works. They shall not be used inpart, whole or altered form for any other purpose without the express permission inwriting of the Employer. A letter of undertaking is attached in instruction Instruction toTenderers – Annexure ITT-5 and shall be completed by the Tenderer and returned in theTender Technical Package. Information relating to the examination, clarification,evaluation and comparison of bids and recommendations for the award of a contract shallnot be disclosed to bidders or any other persons not officially concerned with suchprocess until the award to the successful bidder has been announced.

Any effort by a bidder to influence the Employer’s processing of bids or award decisionsmay result in the rejection of the bidder’s bid.

Not withstanding above from the time of bid opening to the time of Contract award if anyBidder wishes to contact the employer on any matter related to the bidding process, itmay do so in writing.

E3 Clarification of Tenders

To assist in the examination, evaluation and comparison of tenders, the Employer may, at

his discretion, ask any tenderer for clarification of his tender. The request for clarification

and the response shall be in writing or by facsimile, but no change in the price or

substance of the tender shall be sought, offered or permitted except as required to

confirm the correction of arithmetic errors discovered by the Employer in the evaluation of

the tenders in accordance with paragraph E5.2.The Employer may call for a meeting with

the tenderers in this regard. The minutes of the meeting, if held, with any bidder shall be

recorded and acknowledgement obtained from the concerned bidder.

E4 Evaluation of Tenders and Determination of Responsiveness

Evaluation of Tender and Determination of Responsiveness shall solely be carried out bythe employer (DMRC)

E4.1 General Evaluation

Page 87: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 28 of 33

Prior to the detailed technical evaluation of tenders, the Employer will determine

whether each tender:

(i) is accompanied by the required Tender Guarantee;

(ii) has been properly signed; and

(iii) meets the Initial Filter Evaluation Criteria – The Employer will evaluate the

eligibility and acceptability based on Initial Filter criteria indicated in these

documents. The technical proposals of only those tenderers, who qualify in the

Initial Filter evaluation, will be evaluated.

A ‘NO’ answer to any of the above item will disqualify the tender.

E4.2 Evaluation of Technical Package

Technical bids of only such bidders, who qualify based on E4.1 above, will be evaluated.

E4.3 Evaluation of Responsiveness

The Employer will solely determine whether each tender is substantially responsive to the

requirements of tender documents. A substantially responsive tender is one that

conforms to all the terms, conditions and specifications of the Tender documents, without

material deviation or reservation.

E4.4 Evaluation of Material deviation or reservation

Each tender shall be evaluated for any material deviation or reservation. A material

deviation or reservation is one:

(i) which affects in any substantial way the scope, quality or performance of the

Works; or

(ii) which limits in any substantial way, is inconsistent with the Tender documents,

the Employer's rights or the Tenderer's obligations under the Contract; or

(iii) whose rectification would affect unfairly the competitive position of other

Tenderers presenting responsive tenders.

Tender having any material deviation or reservation shall be disqualified and rejected.

E4.5 Evaluation of Qualifying conditions

Tenders that include qualifications which:

1. seek to shift to the Employer, another Government Agency or another contractorall or part of the risk and/or liability allocated to the Contractor in the TenderDocuments; or

2. include a deviation from the Tender Invitation Documents which would renderthe Works, or any part thereof, unfit for their intended purpose; or

Page 88: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 29 of 33

3. DELETED4. Fail to fulfil the eligibility criteria as mentioned in ‘S.No. 12, 12.1 and 13 of ‘(A)

FILTER OF APPLICANTS - CHECKLIST’ of ‘INITIAL FILTER EVALUATION

CRITERIA’ (Initial Filter Documents); or

5. DELETEDwill be deemed non-conforming and shall be rejected.

E4.6 Evaluation of Technical Proposal

The Employer will solely evaluate the technical suitability and acceptability as per

Employer’s Requirements – General Specification and Technical Specification of only

such tenderers who qualify based on E4.1 above.

E4.7 Tenders which are

not fulfilling the General Evaluation Criteria as per E4.1 above,

not substantially responsive,

having material deviation or reservation as per E4.4 above,

not fulfilling the qualifying conditions as per E4.5 above, and

not fulfilling the Employer’s Requirements – General Specification and Technical

Specification as per E4.6 above

shall be rejected by the Employer, and shall not be allowed subsequently to be made

responsive by correction or withdrawal of the nonconforming deviation or reservation.

E4.8 If any tender is rejected, pursuant to paragraph E4.7 above, the Financial Package of

such tenderer shall be returned unopened.

E4.9 Tenderers may note that pursuant to their qualification in the ‘Initial Filter Evaluation

Criteria’ and ‘Technical Evaluation’ as per E4.7 above, in case the tenderer (applies to

each individual member in case of a Joint Venture/Consortium) is debarred/blacklisted by

JICA/Government of India/State Government/Government undertaking after the due date

of submission of tender but before opening of financial package by DMRC, they shall

inform the same to DMRC in writing within 5 working days of issue of such debarment,

failing which it will be considered that the bidder has willfully concealed the information

and the bidder shall be solely responsible for all implications that may arise in accordance

with the conditions of this tender. Any such debarment will result in disqualification of the

tenderer and the Financial Package of such tenderer shall be returned unopened.

E5 Evaluation of Financial Proposals

Evaluation of financial proposals shall solely be carried out by the Employer (DMRC)

E5.1 The financial proposals of only those that comply with the General Evaluation Criteria as

Page 89: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 30 of 33

per E4.1 above and whose Technical Package is found compliant as per E4.2 to E4.7

above, will be evaluated.

E5.2 Correction of Errors

Tenders determined to be substantially responsive will be checked by the Employer for

any arithmetic errors. Such errors will be corrected by the Employer on the following

basis:-

(a) if there is a discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and the total price

shall be corrected, unless in the opinion of the Employer there is an obvious

misplacement of the decimal point in the unit price, in which case the total price as

quoted shall govern and the unit price shall be corrected;

(b) If there is an error in a total corresponding to the addition or subtraction of subtotals,

the subtotals shall prevail and the total shall be corrected; and

(c) If there is a discrepancy between words and figures, the amount in words shall

prevail, unless the amount expressed in words is related to an arithmetical error, in

which case the amount in figures shall prevail subject to (a) and (b) above.

If the Tenderer does not accept the corrected Tender, his Tender will be rejected and the

Tender Guarantee forfeited.

E5.3 Conversion to Single Currency for Comparison of Tenders

Tenders will be compared in Rupees only. This will be achieved by converting the

Foreign Currency portion into Rupees at the Bill Selling Rate of Exchange at the close of

business of the State Bank of India on the last working day twenty eight days before the

latest date of Tender Submittal, and then adding the same to the Rupee portion of the

Tender. If 28 days before the latest date of Tender submittal happens to be a holiday

then the Bill selling Rate of exchange at the close of business of the state Bank of India

on the next working day will be considered for conversion of Foreign currency to Indian

Rupees.

E5.4 Deleted.

E5.5 Financial Evaluation:

E5.5.1 Corrected ‘Tender Total Lump Sum Price’

(a) Correction of Price of Spares

Tenderers shall refer to the ‘Notes’ to cost centre ‘G’ in the ‘Pricing documents –

Annexure ITT- 2B’ for details regarding financial evaluation w.r.t. prices quoted under

cost centre ‘G’. The adjustment value in accordance with the above said ‘notes’ shall be

worked out for spares (say ‘Pspares’) in respective currencies and added to the Tender

Page 90: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 31 of 33

Total Lump Sum Price for Financial Evaluation to determine the inter-se position.

(b) Correction of Errors

Tenders determined to be substantially responsive will be checked by the Employer for

any arithmetic errors in accordance with ‘clause E5.2 of ITT’ above.

(c) Loading on account of withdrawal of deviations

Pricing of unqualified withdrawal of conditions, Qualifications, Deviations etc. as per the

format given in annexure ITT-2B-3 to the instructions to the tenderers for all the

deviations submitted in Appendix FT-11 to Form of Tender in accordance with ‘clause

C2.1.3 of ITT’ above.

E5.5.2 For the purpose of comparative evaluation of tenders received, the Corrected ‘Tender

Total Lump Sum Price’ as per ‘E5.5.1’ above shall be considered to determine the inter-

se position of the Tenderers and for determination of the ‘lowest Evaluated Tender

Price’. Tenderers shall note that ‘Lowest Evaluated Tender Price’, shall be the sole

criteria for determination of inter-se position of the tenderers. .

E5.5.3 Price variation that may accrue during the period from the date of tender submission will

not be considered in the evaluation.

E5.6 The Employer reserves the right to accept or reject any variation or deviation. Variations,

deviations, and other factors which are in excess of the requirements of the Tender

documents or otherwise result in the accrual of unsolicited benefits to the Employer shall

not be taken into account in tender evaluation.

E5.7 Tenderers may note that DMRC at its sole discretion, before award of contract, may ask

the Tenderers to submit an undertaking to the effect that they have not been debarred by

JICA/Government of India/State Government/Government undertaking after the due date

of submission of bid but before the award of contract by DMRC.

Pursuant to their qualification in the ‘Initial Filter Evaluation Criteria’ and ‘Technical

Evaluation’ as per E4.1 to E4.9 above, in case the tenderer (applies to each individual

member in case of a Joint Venture/Consortium) is debarred by JICA/Government of

India/State Government/Government undertaking after the due date of submission of bid

but before award of the contract by DMRC, they shall inform the same to DMRC in writing

within 5 working days of issue of such debarment, failing which it will be considered that

the bidder has willfully concealed the information and the bidder shall be solely

responsible for all implications that may arise in accordance with the conditions of this

tender. Such debarment will result in disqualification of the tenderer and their tender will

be rejected.

In case the tenderer fails to inform DMRC of such happening before award of contract

and the contract is awarded to them, and if during the course of execution of contract,

Page 91: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 32 of 33

DMRC discovers of any such occurrence, DMRC reserves the right to terminate the

contract and award the contract to the next lowest evaluated bidder at the risk and cost of

the said tenderer.

F. Award of Contract

F1 Award

F1.1 Subject to paragraph F2, the Employer will award the Contract to the Tenderer whoseTender has been determined to be substantially responsive to the Tender documents andwho has offered the Lowest Evaluated Tender Price, provided that such Tenderer hasbeen determined to be:

(i) eligible in accordance with the provisions of paragraph A3; and

(ii) qualified in accordance with the provisions of paragraph A5.

F2 Employer's Right to Accept any Tender and to Reject any or all Tenders

F2.1 The Employer is not bound to accept the lowest or any tender and may ,at any time priorto award of Contract, without thereby incurring any liability to the affected bidder orbidders or any obligation to inform the affected bidder or bidders of the grounds for theEmployer’s action, by notice in writing to the Tenderers terminate or annul the tenderingprocess. In case of annulment, all bids submitted and specifically, tender guarantees,shall be promptly returned to the Bidders.

F2.2 The Tenderer should note in particular that without prejudice to the Employer’s otherrights under the Contract and the Tender Guarantee, the Employer may terminate theContract under Clause 4.2 of the GCC in the event that the Tender is accepted but theTenderer fails to supply the Performance Guarantee or other specified documents or failsto execute the Contract Agreement.

F3 Notification of Award

F3.1 Prior to expiration of the period of Tender validity prescribed by the Employer or extendedperiod pursuant to paragraph C16, the Employer will notify the successful Tenderer byfacsimile/email confirmed by letter transmitted by courier that his Tender has beenaccepted. This letter (hereinafter and in the Conditions of Contract called the “Letter ofAcceptance") shall name the amount which the Employer will pay the Contractor inconsideration of the execution, completion (including Integrated Testing andCommissioning) and remedying any defects in the Works by the Contractor as prescribedby the Contract. Date of issue of Letter Of Acceptance shall be the Commencement Dateof the Contract. This is with the view to give more time to contractor for manufacture.

At the same time, the Employer shall also notify all other Bidders of the results of thebidding. After a contract has been determined to be eligible for financing under JapaneseODA Loans, the following information may be made public by JICA.

(a) Name of all Bidders;

(b) Their bid prices;

(c) Name and Address of successful Bidder concerning the award of contract;

Page 92: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers

Page 33 of 33

(d) Name and address of supplier; and

(e) Award date and amount of the contract

After notification of award, unsuccessful Bidders may request in writing to the Employer adebriefing seeking explanations on the grounds on which their bids were not selected.The Employer shall promptly respond, in writing, to any unsuccessful Bidders who, afterthe notification of award, request a debriefing.

F3.2 In the event of award of the Contract, the following will be the sequence of events in theorder given below. The Contract will not come into force until unconditional concurrenceof JICA is obtained. The Employer may seek suitable amendments to the Contract if suchamendments are desired by the JICA and are acceptable to the Employer.

(i) Approval by Competent Authority;

(ii) Letter of Acceptance and Notice to Proceed;

(iii) Signing of Contract;

(iv) Concurrence of JICA;

F4 Signing of Agreement

The Tenderer should note that in the event of acceptance of the Tender, the Tenderer willbe required to execute the Contract Agreement in the form specified in Schedule toSpecial Conditions of Contract with such modifications as may be considered necessaryat the time of finalisation of the contract within a period of 45 days from the date of issueof the Letter of Acceptance.

F5 Performance Guarantee, Parent Company Guarantee and Warranties

F5.1 The Performance Guarantee required in accordance with Clause 4.2 of the GCC shall befor an amount as specified in Appendix FT-1 to Form of Tender from a scheduledCommercial bank in India or from a branch in India of a scheduled foreign bankacceptable to the Employer in the types and proportions of currencies in which theContract Price is payable.

F5.2 The Tenderer 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 Tenderer to comply with the requirements of paragraphs F4 andF5 shall constitute sufficient grounds for the annulment of the award and forfeiture of theTender Guarantee.

Page 93: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 94: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-1

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF

74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TRAINS

SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13 ’

Instructions to Tenderers

Annexure ITT-1

Requirements for proposed Works Programme and Design Submission Programme

Page 1 of 3

Page 95: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-1

TENDER ‘RS13 ’

Instructions to Tenderers

Annexure ITT-1

Requirements for proposed Works Programme and Design Submission Programme

(1) The Tenderer shall submit a Work Plan as a part of the tender which shall contain the following :

(i) Proposed Works Programme.

(ii) Proposed Design Submission Programme (unless specifically waived-off by the Employer).

(2) The Tenderer’s proposed Works Programme shall indicate how the tenderer intends to organise and carry out the Works and achieve stages and complete the whole of the Works by the appropriate Key Dates. The Works Programme shall be prepared in terms of weeks from the Date of Commencement of Works.

(3) The Tenderer’s Design Submission Programme shall cover the Design phase and include a schedule identifying, describing, cross-referencing and explaining the Design Packages and submissions, which he intends to submit.

(4) The Design Submission Programme should take due account of the design coordination interface periods with other Designated Contractors and be consistent with the Works Programme.

(5) The Works Programme and Design Submission Programme shall include details as stipulated in Chapter 4 and 5 of this Employer’s Requirements – General Specification, for review by the Engineer.

(6) The proposed Works Programme shall show how the Tenderer proposes to organise and carry out the Works and to achieve Stages and complete the whole of the Works by the given Key Dates.

(7) The proposed Works Programme or Programmes shall be developed as a critical path network using the Precedence Diagramming Method and be presented in bar chart and time scaled logic network format and shall clearly show the division of the Works into the Cost Centres, the start and completion dates for each activity and their inter-relationships, Milestones, and Key Dates. The despatch, transport, receipt, assembly, testing and commissioning of cars in the depot and integrated testing and commissioning of cars on the sections will be separately shown. The network must be fully resourced and show the co-ordination with Designated Contractors.

(8) The proposed Works Programme shall show achievement of all Key Dates. The

Page 2 of 3

Page 96: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-1

proposed Works Programme shall also show Milestones, but the Milestones shall not be taken as imposing any constraints that in any way affect the logic or limit any other dates in the Programme.

(9) The proposed Works Programme shall take account of the Tenderer's proposed Design Submission Programme and should indicate, wherever possible, dates and periods relating to interfaces with and between others including dates for submission of further documents required by the Contract and periods for their acceptance.

(10) The proposed Works Programme shall contain sufficient detail to assure the Employer of the feasibility of the plan and approach proposed by the Tenderer.

(11) The Tenderer should have regard to the possibility, as referred to in paragraph C8 of the Instructions to Tenderers, that during the tender evaluation period the proposed Works Programme may be developed into a Programme which, in the event of award, would be the submission of the Preliminary Works Programme. To facilitate this process the Tenderer shall, in the preparation of the proposed Works Programme, take due account of the provisions of Employer's Requirements in so far as they concern the Works Programme.

(12) The proposed Works Programme shall be accompanied by a narrative statement that shall describe Programme activities, assumptions and logic, and highlight the Tenderer's perception of the major constraints and critical areas of concern in the organisation, design, manufacture, supply, transport testing and commissioning of rolling stock on various sections. This narrative statement shall also indicate which elements of the Works the Tenderer intends to carry out off-shore and/or in India with details of the proposed locations of where any such work is to be carried out, the facilities available and or proposed to be set up. In particular the Tenderer must state the assumptions made in respect of the interfaces with the Employer, other contractors and third parties both in detail and time, and any requirements for information on matters which would affect his works.

(13) The Tenderer's attention is drawn to the Key dates specified in Appendix FT-1 to Form of Tender. The Tenderer shall prepare logic diagrams providing the philosophy for interface with other designated contractors & availability of track, electrification and signalling system to be available and submitted as part of his Tender. These logic diagrams shall be developed and submitted along with the Works Programmes as submitted during the course of the Works.

(14) All programmes shall include design, procurement periods of major materials, off-shore production, production in India, despatch, transport, interface periods for system wide, and adjacent contractors, testing and commissioning (including integrated testing & commissioning) along with any other training and service trial running information.

Page 3 of 3

Page 97: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-2A

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13 ’

Instructions to Tenderers

Annexure ITT-2A

Page 1 of 9

Page 98: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-2A

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’

TYPE TRAINS SUPPLLIED BY MRM CONSORTIUM

TENDER ‘RS13 ’

Instructions to Tenderers

Annexure ITT-2A

List of Contents

A. General Requirements ...................................................................................................................... 3 B. Apportionment Of Lump Sum Price To Cost Centres & Milestones Under Each Cost Centre ......... 8 C. Customs Clearance ........................................................................................................................... 8 D. Milestones Achievement Periods ...................................................................................................... 8 E. Milestone Payment Schedule (MPS) ................................................................................................ 9 F. Tender Total ...................................................................................................................................... 9 G. Cost Centre ....................................................................................................................................... 9 H. Currency ............................................................................................................................................ 9 I. Gauge................................................................................................................................................ 9

Page 2 of 9

Page 99: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-2A

INSTRUCTIONS FOR COMPLETING THE PRICING DOCUMENT A. General Requirements

1.1 This Contract is a Lump Sum price Contract for Design, Manufacture, Supply, Testing and Commissioning (including Integrated Testing and Commissioning) of Broad Gauge 25 kV AC passenger Rolling Stock (details of total number of coaches, trainsets including configuration to be supplied are indicated in the Appendix FT-1 to Form of Tender) for Underground, Elevated and At Grade Sections of DMRC Network. The ‘Lump sum Price’ to be quoted shall be inclusive of all taxes, levies, duties and any other charges leviable, including tax deducted at source except the:

(a) Customs Duties on the imported complete finished cars. Only the Basic custom duty

on all the imported equipments and parts/components required for indigenous

manufacture of the trains. (The term ‘Basic custom duty’ in these tender documents shall be read as ‘Custom Duties minus admissible CENVATABLE amounts’)

(b) Full Terminal Excise Duties on the complete finished trains indigenously

manufactured.

(c) Custom Duties on the Imported finished Spares. Only the Basic Customs Duty on

the finished imported components and equipments installed in the indigenously

manufactured Spares.

(d) Full Terminal Excise Duties on the indigenous complete finished spares, sourced in

India and supplied to the Employer.

(e) DVAT/VAT/Central Sales Tax on the complete finished trains indigenously manufactured.

(f) DVAT/VAT/Central Sales Tax on the finished Spares, manufactured indigenously and

supplied to the Employer.

1.1.1 DVAT/VAT/Central Sales Tax for items noted at Para 1.1(e) & (f) above shall be

reimbursed separately, on the basis of actual on submission of documentary proof of

payment. It may be noted that if DVAT is reimbursed for these items, no Central

Sales Tax (CST) will be reimbursed and vice-versa.

1.1.2 Deemed Export (a) The project is eligible for “Deemed Export” as per the Public Notice No.

1(FT)DEA/2010, New Delhi, dated the 5th May 2010, issued by the Department of

Economic Affairs, Ministry of Finance, Government of India. Tenderers may like to

ascertain the extent of availability of deemed export benefits. It may be noted that the

finished off-shore manufactured cars as well as Spares required to be delivered

directly in DMRC depot from the Indian Port shall be considered on Free On Board (FOB-Port of Origin to be named) basis with sale taking place on High Seas. However, the responsibility, risk and liabilities arising on account of import and

delivery of these goods at site i.e. Freight, transportation, unloading , custom

clearance, inland transportation, unloading at site as specified by the Employer etc.

lie with the contractor .

Page 3 of 9

Page 100: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-2A

(b) The tenderer shall solely be responsible for claiming and availing all deemed export

benefits, which they have considered in their Tender. However, for availing the said

benefits, necessary payment certificate in accordance with the laws of the land and

extant policies of the Government of India will be issued by DMRC at the specific

request of the contractor. In such case, DMRC shall not process for refund of the paid

Custom Duties/Basic custom duty (as applicable) and Full Terminal excise duties

from the Statutory Authorities and no such said amounts shall be reimbursable by

DMRC.

(c) Alternatively, for all such transactions for which Deemed Export Benefits are admissible, DMRC shall process for refund of the paid Custom Duties/Basic custom

duty (as applicable) only and Full Terminal excise duties for items as listed at Para

‘A1.1 (a) to (d)’ above after availing the concessional duties such as Project Import

Benefits under chapter 98.01 of Customs Tariff Act etc. from the Statutory Authorities

based on submission of documentary evidence by the contractor for having paid the

said amounts and shall reimburse the realized amounts from the Statutory

Authorities to the contractor within 15 days of realization of the said amounts. For all such items supplied against this contract, for which Deemed Export Benefits are not admissible in accordance with the prevalent Foreign Trade Policy of Government of India, DMRC shall reimburse the paid amounts of Customs Duties/Basic Custom Duty (as applicable) only on such items after availing the concessional duties such as Project Import Benefits under chapter 98.01 of Customs Tariff Act etc. and paid amounts of Full Terminal Excise Duties for items as listed at Para ‘A1.1 (a) to (d)’ above, based on submission of documentary evidence of having paid such amounts by the Contractor. In both

such cases, no deemed export benefit shall be claimed by the contractor or their sub-

contractor and the contractor shall submit an unequivocal undertaking that the

Deemed Export Benefits shall not be claimed by them either directly or by any of their

sub-contractor/vendors/sub-vendors. The Contractor shall be fully responsible for ensuring that all necessary documentation/information, as may be required, for processing the refund of paid duties from the Statutory Authorities are correctly prepared by them and are timely submitted to DMRC, so as to enable DMRC to claim the refund of paid duties from the Statutory Authorities. Any deductions/rejections made by the Statutory Authorities from the claimed amounts on account of reasons attributable to the contractor shall not be reimbursed by DMRC.

1.1.3 DELETED

1.1.4 Should the Employer, during execution of the contract, obtain a waiver for

DVAT/VAT/Central Sales Tax for items noted at Para A 1.1(e) to (f) above, in full or

part thereof, the Contractor will be advised on the process to be followed to obtain

exemption/refund of such taxes, duties etc., from the concerned Authorities. The

Contractor shall arrange for the remittance of the refund so obtained to the Employer.

Page 4 of 9

Page 101: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-2A

In case of failure by the Contractor to obtain and remit the refund within reasonable

time (to be decided by the Employer & intimated to Contractor) to the Employer, the

same will be recovered by the Employer from the amounts due as payment to the

Contractor or as debt due from the Contractor. If the Contractor fails to take the

required action to obtain refund or exemption, the Employer may take action in

accordance with conditions of Contract.

1.1.5 Record of Taxes, Duties etc.

The Contractor shall maintain complete records in respect of payments made by

them for taxes, duties, octroi, and other levies payable to various authorities (except

Income Tax or Corporate Tax) and advise the Employer the summary of such

payment every month in a format advised by the Employer during execution of the

contract.

The detailed records shall however remain open for inspection by the Employer/

Engineer at any time and copies of the records shall be furnished as required by the

Engineer. Should there be any statutory changes in taxes & duties with respect to the

tax structure as on latest date of submission of tender, the amount

payable/recoverable from the Contractor in accordance with the conditions of the

tender (as per clause 20A of special condition of contract volume 2) will generally be

calculated based on these records. However Employer at his sole discretion, if not

satisfied with the veracity of records or records are incomplete or otherwise, may

separately determine the amount payable/recoverable from the contractor in

accordance with the conditions of the tender, which shall be final and binding.

The Contractor shall also maintain records of the imported components supplied to

local manufacturers and actual utilization of the same in the manufacture of complete

equipment. The Contractor shall be fully responsible for any loss or misuse of these

components in manufacture of equipments.

1.1.6 Delhi Metro Project is eligible for availing concessional duty benefits under Chapter

98.01 of Customs Tariff Act for Project Imports. Concessional custom duty as

applicable for project import under chapter 98.01 of Custom Tariff Act paid paid by

the contractor and sub-contractors for finished goods. The reimbursements of

Customs Duty and Terminal Excise Duty as noted under Para A 1.1 (a) to (d) above,

if applicable shall be made solely in accordance with the provisions in Clause

A1.1.2(c) as per the concessional duty under Project Import Benefits covered under

chapter 98.01 of Customs Tarrif Act for Project Imports. After award of contract, at

the request of the Contractor, DMRC can facilitate the contractor for obtaining

sponsoring/recommendation Letter from the Ministry of Urban Development (MoUD)

for getting themselves registered for availing Project Import Benefits. However, the

responsibility to avail the concessional benefits under Project Import or otherwise as

extended in accordance with the law of the land shall solely rest with the contractor.

Page 5 of 9

Page 102: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-2A

2 Price Variation:The Contract Price, at the option of the tenderer, can be adjusted for increase/decrease of the price of Steel and Copper as per the Price Adjustment Formula detailed below:

Price Adjustment for Coaches with Stainless Steel Carbody :

P1 =P0x{0.85+0.1x(S1/S0)+ 0.05x(C1/C0)} -P0

Where

P1 Price Adjustment (increase/decrease) amount for Stainless Steel Carbody

P0 Contract value per car (in respective currency) calculated by total value of the

Contract Price and no. of cars ordered (without considering the quantity

variation).

S Stainless Steel Price Index as published by CRUspi

C Price index of Copper per MT as published by LME in USD.

Subscript ‘0’ refers to indices as on 28 days prior to date of submission of Bid

Subscript ‘1’ refers to indices as on 120 days prior to date of shipment of last car of a

trainset.

1.2.1 The Contractor shall clearly specify in the tender submission in the ‘Pricing Document’ (in ‘Tender Total’ Page), whether the offered Lump sum Price is with Price Variation as per this Clause ‘A1.2’ or is a Fixed Lump sum Price. In case the Contractor does not clarify the above in his tender submission, it shall be considered that the offered price is Fixed Lump sum Price and Price Variation is not applicable. The contractor shall note that no change in exercise of the option of this ‘Price Adjustment’ shall be admissible after opening of the tender submissions.

1.2.2 The Price Adjustment for each car/trainset, if opted for by the tenderer, will be made at the time of payments for the Milestones corresponding to ‘Manufacture, Despatch and Delivery’ i.e. Milestones under Cost Centres ‘B’/’C’ for respective cars.

1.2.3 No increase in prices on account of price variation shall be admissible for periods of delays not attributable to Employer. In case of decrease, the benefit shall be passed on to the Employer even for the delayed period.

1.2.4 Total admissible price variation amount shall be subject to a ceiling of +/- 3% (three

percentage only) of the Contract Price.

1.3 Quantity Variation

The Employer at his sole discretion may advise the Contractor in writing about

increase of the total quantity up to 30 (thirty) % (rounded up to the nearest complete

‘DT+M’/ ‘T+M’ units i.e.22 cars). For any increase in quantity, Employer may exercise

the option on any date before one year of the scheduled delivery of last ‘DT+M’/ ‘T+M’

unit/s. Contractor shall be required to supply increased ordered quantities at the

contracted terms & conditions and determined prices as detailed below and no

Page 6 of 9

Page 103: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-2A

additional amount on account of quantity variation or escalation or any other account

whatsoever shall be payable to the Contractor.

In case of increase in quantity beyond the original tendered quantity as indicated in

the Appendix ‘FT-1’ to the ‘Form of Tender’, the Key Dates for the increased

quantities shall be as specified in the ‘Attachment to Appendix FT-1’ to ‘Form of

Tender’.

1.3.1 For quantities exceeding the tendered quantity (37 ‘T+M’ units i.e. 74 cars), the

employer reserves the right to order ‘DT+M’ units or ‘T+M’ units. Hence, the increase

in quantity under this clause may comprise of units of one Driving Trailer Car and

One motor Car (DT+M) and/or one Trailer Car and one Motor Car (T+M).

1.3.2 Contract Price of a ‘T+M’ unit will be derived from the contracted cost of the original

tendered ‘T+M’ units only as indicated in the Appendix ‘FT-1’ to the ‘Form of Tender’,

against Cost Centres ‘B’, ‘C’ and ‘D’, as on the date of signing of Contract

Agreement. Cost of each ‘T+M’ unit will be calculated as follows:

a) In case the apportioned percentage (%) of cost in Cost Centre ‘A’ by the tenderer

is 5% of the Apportioned Portion of Tender Total, (hereinafter ‘Apportioned

Portion of Tender Total’ means ‘Total contracted cost of Cost Centre ‘A’ + Cost

Centre ‘B’ + Cost Centre ‘C’+ Cost Centre ‘D’) cost of each ‘T+M’ unit will be

equal to the total Cost of Cost Centres ‘B’, ‘C’ and ‘D’, say TB+C+D, divided by 37.

For purpose of clarification and as an example, it is clarified that for total Lump

Sum price of say € ‘X’ million and INR ‘Y’ million against the cost centres B, C

and D for supply of original contracted quantity of 37 ‘T+M’ unit, the cost of one

‘T+M’ unit against the increase in quantity shall be € ‘X/37’ million and INR ‘Y/37’

million.

b) In case, the apportioned percentage (%) cost in Cost Centre ‘A’ by the tenderer isless than 5% of the ‘Apportioned Portion of Tender Total’, the apportionment ofcost against Cost Centre ‘A’ and ‘B’ + ‘C’ +’D’ will be reworked out based onfollowing:-• Cost Centre ‘A’ will be considered as 5% of the ‘Apportioned Portion of

Tender Total’ and balance amount will be considered as total cost of Cost

Centre ‘B’, ‘C’ and ‘D’, say T(B+C+D)revd.

• This calculated T(B+C+D)revd amount divided by 37 in respective currencies will

be the cost of each ‘T+M’ unit.

1.3.3 For any increase in quantity in terms of ‘T+M’ unit by the Employer as per 1.3 above,

the computed cost of a ‘T+M’ unit , calculated as per 1.3.2 above will be used to

determine the cost of increased quantity and total contract price will be adjusted

accordingly.

1.3.4 For any increase in quantity in terms of ‘DT+M’ units, the ‘Cost of 1 No. ‘DT+M’ unit’

shall be considered as ‘Cost of 1 No. ‘T+M’ unit (as derived as per Para 1.3.2 above)’

÷ 94% (Ninety four percent), in respective currencies as per contract.

Page 7 of 9

Page 104: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-2A

1.3.5 Deleted 1.4 Rolling Stock payments shall be paid on the basis of ‘T+M’ units for quantities upto

74 cars. For increased quantities, payments shall be on the basis of unit ‘DT+M’ or ‘T+M’.

1.5 The Contract Price in equivalent INR shall not be adjusted on account of fluctuations in the rates of exchange between the foreign currencies of the Contract and Indian Rupees from the Base Date i.e. the last working day, 28 days before the latest date of submission of tender. Payments however shall be made in the currencies as quoted by the contractor.

1.6 Deleted.

B. Apportionment Of Lump Sum Price To Cost Centres & Milestones Under Each Cost Centre

1. The whole of Works including design, are divided into Cost Centres. Each of theseCost Centres represents a major item associated with the Works. Cost Centres isnamed according to their general scope of Work.

2. The Lump Sum price for the whole of Works shall be apportioned by the Tendereramong the various Cost Centres, except Cost Centre ‘G’ and ‘H’ , which shall be theactual cost. The apportioned amount for each Cost Centre will be further distributedamong various Milestones included in that Cost Centre, separately for foreigncurrency and for the Rupee portion. Wherever the tenderer comprises of a jointventure or consortium and the tenderer desires separate payments to each memberof the joint venture or consortium, the tenderer shall clearly lay down theMilestones/Currencies allocated to the different members of the Joint Venture orConsortium, which shall be in agreement with the intended percentage share of themembers as indicated in the Joint Venture/Consortium agreement for this contract.

3. The sum of amounts shown against Milestones in a Cost Centre is the Cost CentreAmount that is to be carried forward to the Tender Total. For Cost Centres thatinvolve payment in foreign currency, the division of the respective Cost CentreAmounts between Columns A and B shall be shown in the said Summary.

4. The scope and extent of the Works are to be ascertained by reference to the Contractdocuments as a whole and shall not be limited in any manner whatsoever by thedescriptions of the Cost Centres or of the Milestones under each Cost Centre, asgiven in the Appendices to the Pricing document.

5. The maximum/minimum amount that can be apportioned to different Cost Centres isindicated in the enclosed Pricing Document.

C. Customs Clearance1 The Contractor shall be solely responsible for Custom and Excise clearances

(including any other related activities) of all items that may be directly or indirectlyrequired for execution of this contract.

D. Milestones Achievement Periods1 The Milestones under each Cost Centre shall identify verifiable steps towards the

completion of the Work within that Cost Centre. The Tenderer shall indicate theperiods (in weeks from the Commencement Date of the Works) within which he shallachieve each Milestone. Milestones that lead to the achievement of a Stage (asdescribed in the Key Date schedule enclosed as ‘Attachment to Appendix FT-1’ to

Page 8 of 9

Page 105: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-2A

‘Form of Tender’) must always precede the Key Date for achievement of that Stage. Milestones shall be converted to Calendar dates from the Commencement date i.e. the date of issue of Letter of Acceptance.

E. Milestone Payment Schedule (MPS)

1 The MPS completed by the Contractor shall set out the maximum cumulative amount for all Cost Centres put together in relation to each month for which payment for that Cost Centre may be sought in accordance with Clause 11 of the GCC. This information should also be presented in graphic and tabular form. The Monthly Cash flows shall be worked out as per the Methodology laid down in ‘Annexure ITT-6’ to ‘Instructions to Tenderers’. Milestones Payment Schedules showing Monthly Cash Flow for the Contract will form part of the Pricing Document.

F. Tender Total

1.1 The Tender Total submitted by the Tenderer shall be in the format shown in the

Pricing document i.e. Annexure ITT-2B of the Instruction to Tenderers. The ‘ Tender

Total Lump sum Price’ for the Contract mentioned in the ‘Tender Total’ page shall not

include the Price of withdrawl of any remark, comment, condition, qualification or

deviation etc. quoted in the ‘Annexure ITT-2B-3.

1.2 The Pricing Document contains Cost Centres and Milestones under each Cost

Centre. The Cost Centres and Milestones have been prepared to indicate the extent

of detail required in the Tender. The Tenderer shall prepare and complete documents,

in this format, as being his Tender and submit as part of the Financial Package.

1.3 The Pricing Document i.e. Annexure ITT-2B of the Instruction to Tenderers

,completed and submitted by the Tenderer, as part of his Tender, should use an

indexing and page numbering system such that its extent and completeness is clearly

evident.

G. Cost Centre

1.1 Cost Centres and Milestones there under are fixed and shall not be changed by the Tenderer. These represent the major items of the Works for which the Employer will pay the Contractor, and the Tenderer shall ensure that he has allowed for all costs he requires for the Contract to be apportioned among the Cost Centres.

1.2 The Tenderer shall divide Cost Centres into Columns A and B, if payments in foreign currency are to be sought. Items of Cost Centres that apply in one currency only shall be given a nil price in the other column.

H. Currency

1 Cost Centre amounts shall be indicated in Indian Rupees and in foreign currencies where required. Tenderers may refer to Clause ‘C15’ of ‘Instructions to Tenderers’ for further details.

I. Gauge

1 The Gauge for the Rail and Metro Corridors shall be broad Gauge as detailed in the Employer’s Requirements.

Page 9 of 9

Page 106: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 107: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

DELHI METRO RAIL CORPORATION LIMITEDMASS RAPID TRANSIT SYSTEM - PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING 'RS1'

TYPE TRAINS SUPPLIED BY MRM CONSORTIUM

'13TENDER 'RSI)-(VOLUME

Page 1 of 36

Instructions to Tenderers

B2-Annexure ITT

PRICING DOCUMENT

Page 1 of 36

Page 108: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

To be Completed and Submitted as part of Appendix FT-2 to the Form of Tender(THIS DOCUMENT IS TO BE PREPARED AND COMPLETED BY THE TENDERER)

I.The 'Tender Total Lump Sum Price' of this Contract (37 Nos. 'T+M' units i.e. 74 Cars) is :

(In Indian Rupees) : _____________________________________________________________________________________________ ___________________________________________________________________________________ (in words)and(In Foreign Currency) : _________________________________________________________________________________________ _________________________________________________________________________________(in words)

Foreign currency Foreign currency Indian Rupees(INR)

A. Preliminaries and General Requirements for Rolling Stockand Design of Rolling Stock

B.

Offshore Manufacture, Factory Testing, Inspection,despatch of cars from off-shore factory, Shipping to port inIndia, Marine Insurance, transit Insurance from Port in Indiato Depot Site, Inland Transportation of offshoremanufactured trains within India including handling chargesat port in India, depot or at any other place, and all otherincidental costs, delivery and receipt of cars in depot

C.

Indigenous Manufacture, Factory Testing, Inspection andDespatch of cars from onshore factory, transit insurancefrom factory to Depot Site, Inland Transportation ofIndigenous manufactured trains within India includinghandling charges at depot or at any other place, and allother incidental costs, delivery and receipt of cars in depot.

III. Apportionment of Lump Sum Price among Cost Centres

CostCentre COST CENTRE DESCRIPTION

Total Apportioned/Actual Amounts of Cost Centre Items

II. The 'Lump Sum Price' of this Contract is : 'FIXED LUMP SUM PRICE'/ 'LUMP SUM PRICE WITH PRICE VARIATION' AS PER 'CLAUSE A1.2 OF ANNEXURE ITT- 2A'

(Strike off what is not applicable)

INSTRUCTION TO TENDERERSAnnexure ITT-2B

PRICING DOCUMENTTENDER TOTAL

]

Page 2 of 36

C.

Indigenous Manufacture, Factory Testing, Inspection andDespatch of cars from onshore factory, transit insurancefrom factory to Depot Site, Inland Transportation ofIndigenous manufactured trains within India includinghandling charges at depot or at any other place, and allother incidental costs, delivery and receipt of cars in depot.

D.

Formation of trains in depot, satisfactory completion oftests and running of train in the depot, Integrated Testingand Commissioning of Trains on the section, Service Trialsand final commissioning.

E. NOT USEDF. NOT USED

G. Unit Exchange Spares, Mandatory Spares, Consumablespares for a period upto expiry of DLP

-

H. Training, Operation and Maintenance Manuals(OPTIONAL)

TENDER TOTAL (EXCLUDING COST CENTRE 'H')

1. The 'Tender Total Lump Sum Price' quoted for this contract shall be final, No conditional or unconditional discount canbe offered on this 'Tender Total Lump Sum Price'. In case of non- compliance the offered discount shall be treated asNULL and VOID and stand withdrawn.

2. It is certified that 'Annexure ITT-2B' annexed in Technical package is a "TRUE COPY" (with prices blanked off) of the said 'Annexure ITT-2B' in the Financial Package

SIGNATURE OF TENDERER

]

Page 2 of 36

Page 109: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

DELHI METRO RAIL CORPORATION LIMITEDMASS RAPID TRANSIT SYSTEM - PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF

74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING 'RS1'

TYPE TRAINS SUPPLIED BY MRM CONSORTIUM

Instructions to Tenderers

B2-Annexure ITT

PRICING DOCUMENT

Page 3 of 36

(To be Submitted as part of Appendix FT-2 to the Form of Tender)

1-B2-Annexure ITTCENTRESSCHEDULE OF AMOUNTS APPORTIONED TO COST

Page 110: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

COSTCENTRE DESCRIPTION

A PRELIMINARIES & GENERAL REQUIREMENTS AND DESIGN OFROLLING STOCK

BOFFSHORE MANUFACTURE, DESPATCH ,COMPLETION OF SHIPPINGTO PORT IN INDIA, INLAND TRANSPORTATION IN INDIA, DELIVERYAND RECEIPT OF CARS IN DEPOT.

C INDIGENOUS MANUFACTURE, DESPATCH, INLAND TRANSPORTATIONIN INDIA, DELIVERY AND RECEIPT OF CARS IN DEPOT.

DTESTING IN THE DEPOT, INTEGRATED TESTING ANDCOMMISSIONING OF TRAINS, SERVICE TRIALS AND FINALCOMMISSIONING.

E NOT USED

Annexure ITT-2B-1INDEX OF COST CENTRES

Page 4 of 36

E NOT USED

F NOT USED

G UNIT EXCHANGE SPARES, MANDATORY SPARES, CONSUMABLESPARES

H TRAINING AND MANUALS (OPTIONAL)

Page 4 of 36

Page 111: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

INSTRUCTION TO TENDERERSPRICING DOCUMENT

Annexure ITT-2B-1SCHEDULE OF AMOUNTS APPORTIONED TO COST CENTRES

COST CENTRE DESCRIPTIONS

(To be Completed and Submitted as part of Appendix FT-2 to the Form of Tender)

COST CENTRE No. A - PRELIMINARIES & GENERAL REQUIREMENTS AND DESIGN OF ROLLING STOCK

This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associateddirectly with any other Cost Centre.This includes but is not limited to:

·         Submission of Project Management Plan;

·        Submission of Interface Management Plan and Detailed Interface Documents;

·         Submission of Works Programme;

·         Submission of Design Submission Programme;

·         Submission of Quality Assurance Plan;

Page 5 of 36

·         Submission of Quality Assurance Plan;

·         Submission of Safety Assurance Plan and Site Safety Plan;

·         Submission of Environmental Plan;

·         Submission of Software Quality Assurance Plan;

·         Submission of Inspection, Testing & Commissioning (including Integrated Testing & Commissioning) Plan;

·         Liaison with other Designated Contractors during the design process;

·         Submission of the Preliminary Design, the pre-Final Design, the Final Design;

·         Submission of the Final Design Document;

·         Submission of “As-Built drawings”;

·         Any other item considered necessary to comply with the Scope of Work.

Note:1. The maximum amount that can be apportioned in this Cost Centre shall not exceed 5% of the amount apportionedin Cost Centres A, B, C and D.2. It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a "TRUE COPY" (with prices blanked off)of the said 'Annexure ITT-2B-1' in the Financial Package.

SIGNATURE OF TENDERER

Page 5 of 36

Page 112: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

FOREIGNCURRENCY

FOREIGNCURRENCY INDIAN RUPEES

MILESTONE ACTIVITY INR

Obtain the “Notice of No Objection” or“Notice of No Objection Subject to ---“ fromthe Engineer for:

A1 Project Management Plan.

A2 Interface Management Plan and DetailedInterface Documents.

A3 Works Programme.

A4 Design Submission Programme.

A5 Quality Assurance Plan.

A6 System Safety Assurance Plan and SiteSafety Plan.

A7 Environmental Plan.

A8 Software Quality Assurance Plan.

COST CENTRE No. A - PRELIMINARIES & GENERAL REQUIREMENTS AND DESIGN OF ROLLING STOCK

MILESTONENUMBER

WORK DESCRIPTION

APPORTIONED AMOUNTMILESTONE

COMPLETIONDATE

Page 6 of 36

A8 Software Quality Assurance Plan.

A9Inspection, Testing, and Commissioningand Integrated Testing and CommissioningPlan.

A10 Preliminary Design Submission.

A11 Pre-Final Design Submission.

A12 Final Design Submission.

A13 Final Design Document Delivery.

A14 “As-Built Drawings” delivery.

A15Any other item considered necessary by thecontractor to comply with the Scope ofWork.

Note:1. The maximum amount that can be apportioned in this Cost Centre shall not exceed 5% of the amount apportioned in Cost Centres A, B, C and D.2. It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a "TRUE COPY" (with prices blanked off) of the said 'Annexure ITT-2B-1' in the Financial Package.

SIGNATURE OF TENDERER

COST CENTRE TOTAL

Page 6 of 36

Page 113: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

. selection of suppliers for major system and sub-systems for the cars;

. completion of all routine and type testing of equipment;

. completion of Main Tooling for manufacture;

. completion of all Factory Acceptance Tests;

. completion of test running in factory;

. completion of manufacture, testing and inspection, despatch from offshore factory and shipping port of firstprototype 'T+M' unit;

. provision of Marine and Transit Insurance from off-shore Factory to Depot Site in Delhi;

. completion of manufacture, testing and inspection, despatch from offshore factory and shipping port ofbalance cars.

. completion of shipping to port in India, Inland transportation in India, delivery and receipt of cars in DMRCdepot in good condition.

COST CENTRE No. B - OFFSHORE MANUFACTURE, DESPATCH,COMPLETION OF SHIPPING TO PORT IN INDIA, INLAND TANSPORTATION

IN INDIA, DELIVERY & RECEIPT OF CARS IN DEPOT.

This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associateddirectly with any other Cost Centre.This includes but is not limited to:

Page 7 of 36

. completion of manufacture, testing and inspection, despatch from offshore factory and shipping port ofbalance cars.

. completion of shipping to port in India, Inland transportation in India, delivery and receipt of cars in DMRCdepot in good condition.

. transportation costs off-shore manufactured cars from the offshore port to port in India, port in India to Depotin Delhi;

. all handling costs and incidental charges at port in India, Depot and any intermediate location in India;

. all costs associated with special traffic arrangements necessary for transportation;

. any other item considered necessary to comply with the scope of work.

Page 7 of 36

Page 114: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

FOREIGNCURRENCY

FOREIGNCURRENCY INDIAN RUPEES

MILESTONE ACTIVITY INR

Obtain the “Notice of No Objection” or “Notice of NoObjection Subject to ---“ from the Engineer after:• Issue of Inspection Certificate on satisfactory completion of all Factory Tests;• Marine Insurance;• Documents for shipment to Indian Port;• Despatch of cars from offshore factory and shipping port;• Transit insurance from Port in India to Depot Site in Delhi; and• Completion of shipping to port in India, Inland transportation in India,Delivery and Receipt of cars in the Depot in Delhi in good condition;For:

B1 For First Prototype Offshore Manufactured 'T+M' unit(2-car)

COST CENTRE No. B - OFFSHORE MANUFACTURE, DESPATCH, COMPLETION OF SHIPPING TOPORT IN INDIA, INLAND TRANSPORTATION IN INDIA, DELIVERY ANDRECEIPT OF CARS IN

DEPOT.

MILESTONENUMBER

WORK DESCRIPTIONAPPORTIONED AMOUNT

MILESTONECOMPLETION

DATE

Page 8 of 36

B1 For First Prototype Offshore Manufactured 'T+M' unit(2-car)

B2 For Second Offshore Manufactured 'T+M' unit (2-car)

SIGNATURE OF TENDERER

COST CENTRE TOTAL

Page 8 of 36

NOTES:1. The apportioned amounts (both foreign currency and local currency) shall be same for each Milestone.2.The maximum number of cars that can be manufactured offshore are 2 'T+M' units i.e. 04 cars. Contractor at his option may reduce the number of'T+M' units manufactured off-shore.3. It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a "TRUE COPY" (with prices blanked off) of the said 'Annexure ITT-2B-1' in the Financial Package.

Page 115: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

·   selection of suppliers for major system and sub-systems for cars;

·   completion of all routine and type testing of components and equipment;

·   completion of Main Tooling for manufacture;

·   completion of all factory acceptance tests;

·   completion of test running in factory;

·   completion of manufacture, testing and inspection, despatch, transit insurance ex. Factory to Depot site inDelhi.

·   Inland transportation in India, delivery and receipt of cars in Depot in good condition.

·   transportation costs of indigenously manufactured cars from Factory in India to Depot Site in Delhi;

·   all handling costs and incidental charges at factory in India, Depot and any intermediate location in India;

COST CENTRE No. C – INDIGENOUS MANUFACTURE, DESPATCH, INLANDTRANSPORTATION IN INDIA, DELIVERY ANDRECEIPT OF CARS IN DEPOT.

This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directlywith any other Cost Centre.

This includes but is not limited to:

Page 9 of 36

·   all handling costs and incidental charges at factory in India, Depot and any intermediate location in India;

·   all costs associated with special traffic arrangements necessary for transportation;

·   any other item considered necessary to comply with the scope of work.

Page 9 of 36

Page 116: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

FOREIGNCURRENCY

FOREIGNCURRENCY INDIAN RUPEES

MILESTONE ACTIVITY INR

Obtain the “Notice of No Objection” or “Notice of NoObjection Subject to ---“ from the Engineer after:• Issue of Inspection Certificate on satisfactory completionof all Factory Tests;• Transit Insurance;• Despatch Documents;• Despatch of cars from onshore factory;• Inland transportation in India, delivery an receipt of cars in the Depot in Delhi in good condition;For:

C1 Obtain as above for First Prototype Indegenouslymanufactured 'T+M' unit.

C2 Obtain as above for Second Indegenously manufactured'T+M' unit.

C3 Obtain as above for Third Indigenously Manufactured'T+M' unit.

………….. ………………………………………………………………….

…………….. ……………………………………………………………..

COST CENTRE No. C - INDIGENOUS MANUFACTURE, DESPATCH INLAND TRANSPORTATIONIN INDIA, DELIVERY AND RECEIPT OF CARS IN DEPOT.

MILESTONENUMBER

WORK DESCRIPTIONAPPORTIONED AMOUNT

MILESTONECOMPLETION

DATE

Page 10 of 36

…………….. ……………………………………………………………..

……………… ………………………………………………………………

COST CENTRE TOTAL

NOTES:1. The apportioned amounts (both foreign currency and local currency) shall be same for each Milestone.2. Contractor at his option may increase the number of cars manufactured indigenously. However, the number of cars manufactured indigenously shallnot be less than 35 'T+M' units.3. It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a "TRUE COPY" (with prices blanked off) of the said 'Annexure ITT-2B-1' in the Financial Package.

SIGNATURE OF TENDERER

Page 10 of 36

Page 117: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

. Formation of trains/integration of 'T+M' units into 8-car trains, completion of functional tests and runningof trains in the Depot.

. Integrated testing and commissioning of trains in the nominated Depot and on the sections inconjunction with other Designated Contractors.

. Instrumentation Tests and Oscillation trials on prototype trains only as necessary for obtaining sanctionof statutory authorities.

. Service trial of trains.

. All instrumentation, computers, and any other item including supervisory and operating staff essential fortesting, commissioning and service trials of trains etc. will be provided by the Contractor.

. Any other item considered necessary to comply with the scope of Works.

COST CENTRE D - TESTING AND COMMISSIONING IN THE DEPOT, INTEGRATEDTESTING AND COMMISSIONING ON THE SECTION, SERVICE TRIALS AND FINAL

COMMISSIONING OF CARS

This Cost Centre comprises all those obligations and ongoing activities throughout the Contract notassociated directly with any other Cost Centre.

This includes but is not limited to:

Note: The Minimum amount that shall be apportioned in the cost centres 'D' shall not be less than 10% of the amount apportioned in Cost Centres ‘A’, ‘B’, ‘C’ and 'D’.

Page 11 of 36

. Any other item considered necessary to comply with the scope of Works.Note: The Minimum amount that shall be apportioned in the cost centres 'D' shall not be

less than 10% of the amount apportioned in Cost Centres ‘A’, ‘B’, ‘C’ and 'D’.

Page 11 of 36

Page 118: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

FOREIGNCURRENCY

FOREIGNCURRENCY INDIAN RUPEES

MILESTONE ACTIVITY INR

Obtain the “Notice of No Objection” or “Notice of NoObjection Subject to ---“ from the Engineer after:• Formation of train/integration of 'T+M' unit into 8-car train, obtaining certificate of satisfactorycompletion of functional tests and running of train inthe Depot.• Completion of Integrated Testing andCommissioning in the Depot;• Completion of integrated testing andcommissioning on the section in conjunction withDesignated contractors;• ** Instrumentation Tests, Oscillation trials;• Service Trials and Final Commissioning;• ** Sanction of Statutory Authorities of Test results.For:

D1 Obtain as above for First Prototype 'T+M' unit.

COST CENTRE D - TESTING AND COMMISSIONING IN THE DEPOT, INTEGRATED TESTING &COMMISSIONING ON THE SECTION, SERVICE TRIALS AND FINAL COMMISSIONING OF CARS

MILESTONENUMBER

WORK DESCRIPTIONAPPORTIONED AMOUNT

MILESTONECOMPLETION

DATE

Page 12 of 36

D1 Obtain as above for First Prototype 'T+M' unit.D2 Obtain as above for Second 'T+M' unit.

……………… ………………………………………………………

………………. …………………………………………………………

………………. …………………………………………………………

COST CENTRE TOTAL

**These are applicable to Prototype Trains Only

NOTES:1. The apportioned amounts (both forign currency and local cirrency) shall be same for each Milestone.2. The minimum amount that shall be apportioned in the cost centres 'D' shall not be less than 10% of the amount apportioned in Cost Centres 'A','B','C' and 'D'.3. It is certified that 'Annexure ITT-2B-1' annexed in Technical Package as a "TRUE COPY" (with prices blanked off) of the said 'Annexure ITT-2B-1' in the Financial Package.

SIGNATURE OF TENDERER

Page 12 of 36

Page 119: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

NOT USED

COST CENTRE E - NOT USED

Page 13 of 36Page 13 of 36

Page 120: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

COST CENTRE F – NOT USED

NOT USED

Page 14 of 36Page 14 of 36

Page 121: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

This Cost Centre comprises all those obligations and activities throughout the contract connectedwith the provision and supply of consumable spares

This includes but is not limited to:         Supply of Unit exchange spares, Mandatory spares.         Supply of consumable spares up to expiry of DLP Period.         Any other item considered necessary by the Contractor to comply with the Scope of Works.

COST CENTRE No. G - UNIT EXCHANGE SPARES, MANDATORY SPARES,CONSUMABLE SPARES FOR PERIOD UP TO EXPIRY OF DLP

Page 15 of 36

NOTE:

2.      It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a "TRUE COPY" (with prices       blanked off) of the said 'Annexure ITT-2B-1' in the Financial Package.

SIGNATURE OF TENDERER

1.   The costs indicated in this Cost Centre for Milestones 'G1, G2 & G4' shall be the ACTUAL COSTS and not the apportioned cost.

Page 15 of 36

Page 122: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

Indian Rupees

(INR)Obtain the “Notice of No Objection” or “Notice ofNo Objection Subject to------“from the Engineerfor the delivery of the following:

G1

G2

G3

up to expiry of DLP:-(As per Chapter 8 of the Employer’s Requirement– General Specifications.)

(Details to be given as per Annexure GA4)

G5Cost Centre TOTAL

Notes :1 The costs indicated in this Cost Centre for all the Milestones G1, G2 & G4 shall be the actual costs

and not the apportioned costs.2

COST CENTRE 'G' : UNIT EXCHANGE SPARES, MANDATORY SPARES,CONSUMABLE SPARES FOR PERIOD UP TO EXPIRY OF DLP

MilestoneNumber

WORK DESCRIPTION MILESTONECOMPLETION

DATEMILESTONE ACTIVITY

ForeignCurrency

ForeignCurrency

Unit Exchange Spares -(Details to be given as per Annexure GA1)Mandatory Spares –(Details to be given as per Annexure GA2)

Consumable Spares for tendered quantity for periodNOT USED

G4

NOT USED

For Milestone G1 & G2 :Tenderer must furnish unit price for each item under this Milestone and shall not alter the quantities indicated under this Milestonefor each item.

2

3 For Milestone G4 :-Tenderer shall furnish the detailed list and unit price for each item (Refer Chapter 8 ofEmployer’s Requirements-General Specification).In case of increase/decrease of quantities of ordered train sets on account ofexercising of option by the Employer, the declared quantity by the Tenderer of consumables requiredunder this Milestone will be increased/decreased on pro-rata basis. There shall be no change in theunit cost of consumables quoted by the tenderer.

4 Tenderers shall note that the completion of Milestone activities noted above have been indicatedand will be linked to KEY DATES as per details given below:

Milestone Weeks from Commencement Date Key DateG1 118 5.3G2 118 5.3

SIGNATURE OF TENDERER

For Milestone G1 & G2 :Tenderer must furnish unit price for each item under this Milestone and shall not alter the quantities indicated under this Milestonefor each item.

Page 16 of 36

Page 123: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

5 Employer at his sole discretion may exercise the option to increase/decrease the

quoted unit rates and no escalation or any other additional sums shall be payable. Any decrease inquantities if considered by the Employer shall be intimated by Employer within one year of theCommencement date. However increase in quantities may be intimated at any time during the executionof Contract and the delivery period for the enhanced quantities only shall be mutually agreed.

6 Contractor shall indicate the annual percentage escalation/deflation that will be applicable forincrease or decrease of the unit cost of each item/spare listed in Annexures GA1, GA2 & GA4for procurement by Employer for a period of upto five years after thedate of issue of the Performance Certificate for Contract 'RS13'

7 Employer may exercise the option to procure individual Spares listed in Annexures GA1, GA2 & GA4by the bidder at any time within five years of the date of issue of PerformanceCertificate. Procurement Price in such case shall be calculated by considering thepercentage of increase/decrease per annum (with minimum duration as one month) asquoted by the Contractor in Annexures GA1, GA2 & GA4.

8 IMPORTANT NOTE REGARDING EVALUATION OF COST QUOTED UNDER THIS COST CENTRE

Wherever tenderers do not quote for spares against milestone ‘G1’ and ‘G2’ exactly as per specified list of spares in the tender, followingmethodology for loading of prices for milestones ‘G1’ & ‘G2’ will be considered:8.1 Cases where the tenderer has quoted unit rates but the quoted quantity do not match with the

specified quantity in the tender– Unit price quoted will be considered for calculating the procurement price of the quantities specified in the tender and this calculated price will be considered for evaluation.8.2 Cases where tenderer has mentioned unit rates as 'ZERO' or '0' or '-' or 'NIL': – For all such items the prices shall be considered as '0 (Zero)' for evaluation. – Also, during actual contract execution, such items, if any, will be considered as to be supplied free of cost to the Employer.8.3 Cases where tenderer has either left unit rates blank or some items have been excluded from the

specified list – For all such items, the maximum prices quoted by any of the other responsive bidder for such item will be considered and added to the respective Milestone price quoted by the tenderer. This calculated price will be considered for evaluation. – However, during actual contract execution, such items, if any, will be considered as to be supplied free of cost to the Employer.8.4 Cases where the tenderer has quoted for additional items (over and above the items specified in the

tender): - Price of additional items quoted by the tenderer will not be considered for evaluation and such items will not form part of the contract.

quantities (to any extent) of spares indicated under milestones G1, G2 and G4 till completion of the Defect Liablity Period of last 'T+M'unit/'DT+M' unit. For increased quantities by the employer payment to the contractor shall be on the basis of actual supplies made and

Page 17 of 36

9 Working Out of Monthly Cash for Items in This Cost Centre 'G':

9.1

9.2

10

11

SIGNATURE OF TENDERER

8 IMPORTANT NOTE REGARDING EVALUATION OF COST QUOTED UNDER THIS COST CENTRE

Wherever tenderers do not quote for spares against milestone ‘G1’ and ‘G2’ exactly as per specified list of spares in the tender, followingmethodology for loading of prices for milestones ‘G1’ & ‘G2’ will be considered:8.1 Cases where the tenderer has quoted unit rates but the quoted quantity do not match with the

specified quantity in the tender– Unit price quoted will be considered for calculating the procurement price of the quantities specified in the tender and this calculated price will be considered for evaluation.8.2 Cases where tenderer has mentioned unit rates as 'ZERO' or '0' or '-' or 'NIL': – For all such items the prices shall be considered as '0 (Zero)' for evaluation. – Also, during actual contract execution, such items, if any, will be considered as to be supplied free of cost to the Employer.8.3 Cases where tenderer has either left unit rates blank or some items have been excluded from the

specified list – For all such items, the maximum prices quoted by any of the other responsive bidder for such item will be considered and added to the respective Milestone price quoted by the tenderer. This calculated price will be considered for evaluation. – However, during actual contract execution, such items, if any, will be considered as to be supplied free of cost to the Employer.8.4 Cases where the tenderer has quoted for additional items (over and above the items specified in the

tender): - Price of additional items quoted by the tenderer will not be considered for evaluation and such items will not form part of the contract.

The following shall be considered for Working out of Monthly Cash flow for items in this Cost Centre 'G' :

Cost of all items in this Cost Centre including Consumables for tendered quantity as indicated in 'Appendix FT-1' to 'Form of Tender' to be considered.

Delivery date of Consumables i.e.Completion date of Milestone 'G4' for purpose of calculating monthly cash flow to be assumed as 100 weeksfrom Commencement date. For other Milestones, the Completion dates (Weeks from Commencement date) as indicated to be considered forworking out cash flow.

It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a "TRUE COPY" (with prices blanked off) of the said 'Annexure ITT-2B-1' in the Financial Package.

The list of spares (minimum) that will be stocked by the Contractor during DLP for Commissioning and DLP obligations shall be furnishedseparately under 'Annexure G-DLP'.

Page 17 of 36

Page 124: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure-GA1

F.C L.C (INR) F.C L.C (INR) F.C L.C(INR)

1 Transformer Nos. 1

2 Traction Motor with half coupling including power andearthing cable

Nos. 2

3 Power Converter and Inverter(Number is defined as)i) Complete one number Traction Converter equipped with allparts & accessories, duly tested, and ready to fit&useii) Complete one number Filter box equipped with all parts &accessories, duly tested, and ready to fit&useiii) Complete one number contactor box with all parts &accessories, duly tested, and ready to fit&use

Nos. 1

4 Auxiliary Converter with battery charger Nos. 1

Unit Exchange Spares (G1)Set means as used in T+M unit

S.No. Description Unit Qty Part NoUnit cost Total cost Escalation

p.a (%)

4 Auxiliary Converter with battery charger Nos. 1

5 Vacuum Circuit Breaker Nos. 1

6 Complete Motor Bogie equipped with Traction Motors,WheelSets and brake units etc.(Motor bogie complete)

SET 2

7 All types of Complete Trailer Bogie equipped with Wheel Setsand brake units etc.(Trailer bogie complete)

SET 2

8 Motor car wheel sets complete with drive mechanism, treadbrake, axle box and bearings etc.(Power wheel set complete).

Nos. 2

9 Trailer car wheel set complete with tread brake, axle box,bearing etc.(Trailer wheel set complete)

Nos. 2

Page 18 of 36

Page 125: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure-GA1

F.C L.C (INR) F.C L.C (INR) F.C L.C(INR)

Unit Exchange Spares (G1)Set means as used in T+M unit

S.No. Description Unit Qty Part NoUnit cost Total cost Escalation

p.a (%)

10 25 kV cable with HV bushing and connector(Set is defined asComplete one number 25kV cable with HV bushing andconnecter (end termination) equipped with all parts &accessories, duly tested, and ready to fit&use)

SET 1

11 Battery Set for 2 car unit with inter connectors(Set is defined asBattery cell for two car unit equipped with interconnecters,water filling pipes, all parts & accessoriesBattery Set shall be supplied duly grouped for two car unit,duly tested, and ready to fit & use)

Set 211 Battery Set for 2 car unit with inter connectors(Set is defined asBattery cell for two car unit equipped with interconnecters,water filling pipes, all parts & accessoriesBattery Set shall be supplied duly grouped for two car unit,duly tested, and ready to fit & use)

Set 2

12 Pantograph with base insulators and its control panel.(Set is defined asi) one number complete Pantograph equipped with all parts &accessories, duly tested, and ready to fit&useii) three number base insulator with all parts & accessories,hardware, duly tested, and ready to fit&useiii) one number control panel complete with all parts &accessories, duly tested, and ready to fit&use)

SET 4

Page 19 of 36

Page 126: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure-GA1

F.C L.C (INR) F.C L.C (INR) F.C L.C(INR)

Unit Exchange Spares (G1)Set means as used in T+M unit

S.No. Description Unit Qty Part NoUnit cost Total cost Escalation

p.a (%)

13 All Electrical monitoring, control and protection panels etc.including pneumatic gauges, sensors as applicable. (list to befurnished by the tenderer)(1) List of items shall consist of all Electrical monitoring, controland protection panels etc. including pneumatic gauges, sensorsas applicable.2) Quantity of each panel , gauges & sensors etc shall be forone unit (T+M) and shall be equal to total number of eachitems/equipments provided in one unit (T+M).3) Tenderer to furnish the list

SET 1

14 Coupler: Auto (with electrical head); Semipermanent.(Set is defined as)1) complete one number Auto coupler with electrical headequipped with all parts & accessories, duly tested and ready tofit and use.2) complete one number semi-permanent coupler (between T-M car) equipped with all parts & accessories, duly tested andready to fit and use

SET 114 Coupler: Auto (with electrical head); Semipermanent.(Set is defined as)1) complete one number Auto coupler with electrical headequipped with all parts & accessories, duly tested and ready tofit and use.2) complete one number semi-permanent coupler (between T-M car) equipped with all parts & accessories, duly tested andready to fit and use

SET 1

15 Gangways (in pair).1) Complete one number Gangway one half including bridgeplates, lever with all parts & accessories, duly tested and readyto fit and use2) Complete one number Gangway second half includingbridge plates, lever with all parts & accessories, duly testedand ready to fit and use3) any other accessories

Nos. 1

16 Main Motor Compressor Set for pneumatic system. SET 1

17 Auxiliary motor compressor set. SET 1

18 Air Dryer SET 1

Page 20 of 36

Page 127: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure-GA1

F.C L.C (INR) F.C L.C (INR) F.C L.C(INR)

Unit Exchange Spares (G1)Set means as used in T+M unit

S.No. Description Unit Qty Part NoUnit cost Total cost Escalation

p.a (%)

19 Secondary suspension (Air suspension) complete set.Complete set of Secondary suspension (Air suspension) for onebogie (quantity as required for one bogie) equipped with allparts & accessories, duly tested and ready to fit and use.

SET 1

20 Primary springs.Complete set Primary springs for one bogie (quantity asrequired for one bogie) equipped with all parts & accessories,duly tested and ready to fit and use

SET 1

21 Tread brake complete set excluding brake blocks.Bogie set is defined as1) Complete brake actuator with brake caliper and brakeblocks (quantity as required for one bogie) equipped with allparts & accessories, duly tested and ready to fit and use2) Complete brake actuator (with parking brake) with brakecaliper and brake blocks (quantity as required for one bogie)equipped with all parts & accessories, duly tested and ready tofit and use

Bogie Set 121 Tread brake complete set excluding brake blocks.Bogie set is defined as1) Complete brake actuator with brake caliper and brakeblocks (quantity as required for one bogie) equipped with allparts & accessories, duly tested and ready to fit and use2) Complete brake actuator (with parking brake) with brakecaliper and brake blocks (quantity as required for one bogie)equipped with all parts & accessories, duly tested and ready tofit and use

Bogie Set 1

22 Brake control unit (Electronic and pneumatic).1) Brake electronic control unit complete with WSP electronics(quantity as required for one car) equipped with all parts &accessories, duly tested and ready to fit and use2) Brake pneumatic control unit (manifold with valves, pipeline, reservoirs etc) complete (quantity as required for one car)equipped with all parts & accessories, duly tested and ready tofit and useTenderer to furnish list of above items

SET 1

23 Complete PA/ PIS set including connectors but excludinginterconnecting cable.

SET 1

Page 21 of 36

Page 128: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure-GA1

F.C L.C (INR) F.C L.C (INR) F.C L.C(INR)

Unit Exchange Spares (G1)Set means as used in T+M unit

S.No. Description Unit Qty Part NoUnit cost Total cost Escalation

p.a (%)

24 Complete saloon door operating mechanism.1) Complete Saloon Door operating mechanism is consists ofeach and every parts of door operating mechanism ie.i) drive assembly, including motor, spindle, limit, switches,emergency release etc.Ii) drive bracketiii) roller assemblyiv) DCUv) all other parts of door operating mechanism2) Quantity of each item in one unit (T+M) shall be equal tototal number of each items/equipments provided in one(T+M) unit

SET 124 Complete saloon door operating mechanism.1) Complete Saloon Door operating mechanism is consists ofeach and every parts of door operating mechanism ie.i) drive assembly, including motor, spindle, limit, switches,emergency release etc.Ii) drive bracketiii) roller assemblyiv) DCUv) all other parts of door operating mechanism2) Quantity of each item in one unit (T+M) shall be equal tototal number of each items/equipments provided in one(T+M) unit

SET 1

25 Saloon Air-conditioning Unit Nos. 1

26 Cab Air Conditioning Unit Nos. 1

27 TIMS Equipment set1) Tims equipment set is consist of each and every item ofTIMS System.2) Quantity of each item in one unit (T+M) shall be equal tototal number of each items/equipments provided in one unit(T+M)Tenderer to furnish detailed list

Nos. 1

Page 22 of 36

Page 129: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure- GA2

F.C L.C (INR) F.C L.C (INR) F.CL.C

(INR)

A HV Air Condition unit

1 Microprocessor based control unitprogrammed logical controller No. 2

2

Set of temperature sensor .Set is defined asi) Return Air Temperature sensorsii) Fresh Air Temperature sensorsiii) any other Temp Sensors (quantity as required for one HVAC unit) with allparts & accessories, duly tested, and ready to fit&use

SET 2

3 Humidity sensor No. 2

MANDATORY SPARES G2Set means as used in T+M unit

S.No. Description Unit Quantity Part NoUnit cost Total cost Escalation p.a (%)

3 Humidity sensor No. 2

4 Smoke Sensor No. 2

5

Fresh & Return air Damper motors.Number is defined asi) Complete one number Fresh Air damper motor with all parts & accessories,duly tested, and ready to fit&useii) Complete one number Return Air damper motor with all parts & accessories,duly tested, and ready to fit&use

No. 2 each

6Compressor.Complete compressor unit assembly (fully assembled) for one HVAC unit with allparts & accessories, duly tested, and ready to fit&use

No. 2

7

Condenser & Evaporator fans with motorNumber is defined as1) Complete one number Condenser fan with motor with all parts & accessories,duly tested, and ready to fit&use2) Complete one number Evaporator fan with motor with all parts & accessories,duly tested, and ready to fit&use

No. 2 each

8 Emergency Inverter with control unitEmergency inverter No. 2

Page 23 of 36

Page 130: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure- GA2

F.C L.C (INR) F.C L.C (INR) F.CL.C

(INR)

MANDATORY SPARES G2Set means as used in T+M unit

S.No. Description Unit Quantity Part NoUnit cost Total cost Escalation p.a (%)

B Brake & Pneumatics

1

Set of PCB cards for Brake electronic control unit of M & T car.Complete set of all PCBs (including processors, Input&Output (bothdigital&analog) cards, power supply, controls, interface etc.) as used in BrakeElectronic Control Unit (including WSP electronics) for M & T cars.Tenderer to furnish detailed list

SET 1

2Set of Power module card (for 2 car unit).Set of all Power supply module cards as used in two car unit (T+M)Tenderer to furnish detailed list

SET 1

3Set of Input Output Card (for 2 car unit).Set of all Input and Output cards as used in two car unit (DT+M)Tenderer to furnish detailed list

SET 1

4 Speed Sensor for WSP No. 1

5

Brake actuator & Cylinder.Number is defined as1) Complete one number brake actuator with cylinder with all parts &accessories, duly tested and ready to fit & use2) Complete one number brake actuator (with parking brake) with cylinder with allparts & accessories, duly tested and ready to fit & use

No. 1 each5

Brake actuator & Cylinder.Number is defined as1) Complete one number brake actuator with cylinder with all parts &accessories, duly tested and ready to fit & use2) Complete one number brake actuator (with parking brake) with cylinder with allparts & accessories, duly tested and ready to fit & use

No. 1 each

6

Set of pneumatic Valves (for two car unit).Set of all pneumatic valves as used in two car unit (T+M). Valves shall becomplete with all parts & accessories, duly tested and ready to fit & use.Tenderer to furnish detailed list.

(This must include all the valves of pneumatic system includingmagent,safety etc.)

Set 1

7

Set of magnet Valves (for two car unit).Set of all Magnet valves (Horn Magnet Valve assy, Magnet valve, Application EPvalve, Release EP-valve, Bi-stable magnet valve) and any other valve as used intwo car unit (T+M). Valves shall be complete with all parts & accessories, dulytested and ready to fit & use.Tenderer to furnish detailed list

Set 1

8

Set of safety Valves (for two car unit).Set of all Safety valves as used in two car unit (T+M). Valves shall be completewith all parts & accessories, duly tested and ready to fit & use.Tenderer to furnish detailed list

SET 1

Page 24 of 36

Page 131: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure- GA2

F.C L.C (INR) F.C L.C (INR) F.CL.C

(INR)

MANDATORY SPARES G2Set means as used in T+M unit

S.No. Description Unit Quantity Part NoUnit cost Total cost Escalation p.a (%)

9 BCPS SET 1

10 Oil Separator SET 1

11 All Types of Isolating Cocks SET 1

12 Pressure Transducer (DG4TC) SET 1

13 All Types of Pressue Governors SET 1

C PA/PIS

1

Set of PCB cards (for 2 car unit).Set of all PCB cards (including processors, Input & Output (both Digital &Analog), power supply, controls, Communication Gateway etc.) as used for twocar unit. (T+M)Tenderer to furnish detailed list

SET 11

Set of PCB cards (for 2 car unit).Set of all PCB cards (including processors, Input & Output (both Digital &Analog), power supply, controls, Communication Gateway etc.) as used for twocar unit. (T+M)Tenderer to furnish detailed list

SET 1

2

Set of Power Module Cards (for 2 car unit).Set of all Power supply module cards as used two car unit (T+M).Tenderer to furnish detailed list SET 1

3Set of Input Output Cards (for 2 car unit).Set of all Input Output Cards as used two car unit (T+M).Tenderer to furnish detailed list

SET 1

4

Passenger information Board.Complete one number Internal Singlesided Display (ISD) andComplete one number External Side Display (ESD) with all parts & accessories, duly tested and ready to fit & use.

No. 1 each

5Amplifier.Complete one number PCC with all parts & accessories, duly tested and readyto fit & use.

No. 1

6

Speaker.Number is defined as1) Complete one number Saloon Loudspeaker2) Complete one number External Loudspeaker3) Any other speaker

No. 1 each

7

Passenger emergency activation device.Number is defined as1) Complete one number Passenger Emergency Communication (PECU) with allparts & accessories, duly tested and ready to fit and use.2) Complete one number Emergency Activation Switch Assembly with all parts &accessories, duly tested and ready to fit and use.3) Any other item.

No. 1 each

Page 25 of 36

Page 132: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure- GA2

F.C L.C (INR) F.C L.C (INR) F.CL.C

(INR)

MANDATORY SPARES G2Set means as used in T+M unit

S.No. Description Unit Quantity Part NoUnit cost Total cost Escalation p.a (%)

D Doors

1 Door control unit.DCU No. 1

2

Door panels(pair).Set of Door Panel pair (left door leaf and right door leaf) inclusive of toparrangement, bottom guide arrangement with all parts & accessories, duly testedand ready to fit and use.

Set 1

3

Door motor including gear mechanism if any.Complete one number Motor assembly (Motor assembly RH, Motor assemblyLH) inclusive of coupling and with all parts & accessories, duly tested and readyto fit and use.

No. 13

Door motor including gear mechanism if any.Complete one number Motor assembly (Motor assembly RH, Motor assemblyLH) inclusive of coupling and with all parts & accessories, duly tested and readyto fit and use.

No. 1

4

Set of rollers.Set of Rollers (Slider assembly) (quantity as reqiured for one door system) withall parts & accessories, duly tested and ready to fit and use. Set 1

5

Set of sensors/switches of saloon doors.Set of Sensors/Switches (Switch assembly DLS LH, Switch assembly DLS RH,Switch assembly EHS, Switch assembly DCS, Switch assembly LOS) and anyother switch (quantity as required for one saloon door) with all parts &accessories, duly tested and ready to fit and use.

Set 1

E TRANSFORMER

1 Oil Pump No. 1

2 Radiator Blower including fanAir blower with fan motor No. 1

3

Set of valvesset of valves (Ball valve, pump valve/cooler valve) and any other valve (quantityas required for one transformer) with all parts & accessories, duly tested andready to fit and use

Set 1

Page 26 of 36

Page 133: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure- GA2

F.C L.C (INR) F.C L.C (INR) F.CL.C

(INR)

MANDATORY SPARES G2Set means as used in T+M unit

S.No. Description Unit Quantity Part NoUnit cost Total cost Escalation p.a (%)

4

Set of Sensors/Gauges.Set of Sensors/Gauges (Flow sensor, Pressure device, Level Detector) and anyother Sensors/Gauges (quantity as required for one transformer) with all parts &accessories, duly tested and ready to fit and use.

Set 1

F TIMS

1

Set of PCB cards (for 2 car unit).Set of all PCB cards (including processors, Input & Output (both Digital &Analog), power supply, controls, Communication Gateway etc.) as used for twocar unit. (T+M)

Set 1

2 Display Unit Nos. 1

3 Display Controller Nos. 1

G Vaccum Circuit BreakerG Vaccum Circuit Breaker

1

Control box including auxiliary contact, pressure regulator etc.Number is defined asControl box including auxiliary contact, pressure regulator etc. with all parts &accessories, duly tested and ready to fit and use.

No. 1

2

Set of sensors .Set of sensors with all parts & accessories, duly tested and ready to fit and use.Tenderer to furnish list. SET 1

H Coupler

1 Proximity sensor No. 1

2

Set of Pneumatic hoses (for T+M).Set of Pneumatic hoses (Pressure hose 1´´, Pressure hose 1´´, Pressure hose3/8´´) and any other hose (quantity as required for 1 unit (T+M) with all parts &accessories, duly tested and ready to fit and use.

Set 1

3Set of electrical jumpers with connectors (for T+M).Set of electrical jumper cables with connectors (quantity as required for one unit (T+M) with all parts & accessories, duly tested and ready to fit and use.

Set 1

4 Intermediate Automatic Coupler Set 1

5 All Jumper Assemblies between M to DT and M to T car Set 1

Page 27 of 36

Page 134: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure- GA2

F.C L.C (INR) F.C L.C (INR) F.CL.C

(INR)

MANDATORY SPARES G2Set means as used in T+M unit

S.No. Description Unit Quantity Part NoUnit cost Total cost Escalation p.a (%)

I Power Converter and Inverter

1 Power Converter and Inverter Set 1

2 AVR-1, AVR-3, BUFF, CIO, OVCRF Thyristor, SCP card Set 1

J Auxiliary Converter with Battery charger

1 ACC, VDT, PWB unit. Set 1

2 Converter Power Unit Set 1

3 Inverter Power Unit Set 1

K Master Controller and Mode Selector Nos. 1

L PWM Generator with Interface Panel Nos. 1

M BogieM Bogie

1 Journal Box (LH) Set 1

2 Journal Box (RH) Set 1

3 Coupling Half Gear SE 344 Set 1

4 Coupling Motor Gear SE 344 Set 1

5 APC Receiver Set 1

N Control relays

1 ZVAR/DPR (C027 110 4F) Nos. 1

2 FSBR (D8U 200EL) Nos. 1

3 HM Timer Relay (TDB4-U204) Nos. 1

4 PABFR Relay (H3D3-M2) Nos. 1

5 TBC-ATO Change Over relay Nos. 1

6 CA3-DN22/CAD326FD and CA3-DN31/CAD3265FD Nos. 1 Each.

7 CA3-DN40/CAD50FD Nos. 1

8 BLPR (C0009 110 1J) Nos. 1

Page 28 of 36

Page 135: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure-GA4

F.C L.C (INR) F.C L.C (INR)

1 Lubricants

1.1 Flange lubrication sticks

2

2.1Oil for Gearbox Complete

2.2 Oil for Main Compressor2.3 Oil for Carbody Fittings

2.4 Any Other item whose declared life isless than one year

3

3.1 Grease for TM bearings

3.2 Grease for Air supply Equipments

Greases

Oils

(A) Mandatory Consumable Spares (G4) For 74 Cars (37 'T+M')

S.no Description Part No. Unit QtyUnit Cost Total Cost

Esclation p.a (%)

3.2 Grease for Air supply Equipments

3.3 Grease for Brake Equipments3.4 Grease for Carbody Fittings

3.5 Grease for Doors

3.6 Grease for Power Supply Equipments

3.80 Grease for Seats

3.90 Grease for Bogie and running gear

3.10 Any Other item whose declared life isless than one year

Page 29 of 36

Page 136: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure-GA4

F.C L.C (INR) F.C L.C (INR)

(A) Mandatory Consumable Spares (G4) For 74 Cars (37 'T+M')

S.no Description Part No. Unit QtyUnit Cost Total Cost

Esclation p.a (%)

4.04.1 Sealants for Carbody fittings

4.2 Sealants for Door Cover & Bogiemounting

4.3 Sealants for Windows4.3 Adhesives for Door System

4.4 Any Other item whose declared life isless than one year

5 Brake Blocks6

6.1 Filter cartridge(Baby Compressor)

6.1 Kit of Filter for Air Dryer

Sealants

Filters

6.1 Kit of Filter for Air Dryer

6.2 Oil filter for Main Compressor

6.3 Air filters for Main Compressor

6.4 Kit for Desiccant can (mainCompressor)

Page 30 of 36

Page 137: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Annexure-GA4

F.C L.C (INR) F.C L.C (INR)

(A) Mandatory Consumable Spares (G4) For 74 Cars (37 'T+M')

S.no Description Part No. Unit QtyUnit Cost Total Cost

Esclation p.a (%)

6.5 Air filter for HVAC6.6 Dust filter for FDCU

6.7 Filter Cartridge(Pre Cooloserelement) for main Compressor

6.8 Air Filters for Aux. Compressor

6.9 Any Other item whose declared life isless than one year

7 Gaskets8 Lamps

8.1 Bulbs

8.2 Fluorecent tubes8.2 Fluorecent tubes

8.3 Any Other item whose declared life isless than one year

9 Pantograph Strips10 Silica gel for main transformer

11 Wiper Blades

12 Distilled water for Batteries

13 Other wearable parts

14 Any Other item whose declared lifeis less than one year

Page 31 of 36

Page 138: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

This Cost Centre is OPTIONAL and the price quoted under this Cost Centre shall not be considered for evaluation. The employer at his sole discretion may opt. for exercise of the activities under thisCost Centre in part of full.This Cost Centre comprises:

1.

This includes but is not limited to:♦

♦♦

Notes:1

2

3

COST CENTRE No. H – TRAINING AND MANUALS (OPTIONAL)

All those obligations and activities throughout the Contract associated with training of operating andmaintenance personnel.

Deputation of Instructors by the Contractors for training of maintenance personnel of theEmployer in India.

Training of maintenance personnel of the Employer at the Contractor’s facilities off-shore.

Furnishing of Training Manual and connected Materials.

Any other item considered necessary by the Contractor to comply with the Scope of Works.

The Tenderer shall not complete the column “Weeks for completion of Milestone fromcommencement date” for the Milestone Activities 'H1' to 'H11'.The dates of operation of these Milestone Activities will be at the discretion of the Employer.

The monthly cash flows will not include price quoted under this Cost Centre H.

The travel, boarding and lodging expenses for the employer's trainees sent overseas will beborne by the Employer.

Page 32 of 36

3

2.  All those obligations and activities throughout the Contract associated with the provisionof Manuals. This includes but is not limited to:

♦ Provision of Operating Manuals (Hard copies and in Electronic format).♦ Provision of Maintenance Manuals (Hard copies and in Electronic format).♦ Provision of Spare parts Catalogue (Hard copies and in Electronic format).

SIGNATURE OF TENDERER

The travel, boarding and lodging expenses for the employer's trainees sent overseas will beborne by the Employer.

Any other item considered necessary by the Contractor to comply with the Scope of Works.

Note:1. Amount quoted in this Cost Centre shall be the actual cost and not the apportioned cost.2. It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a "True Copy" (with pricesblanked off) of the said 'Annexure ITT-2B-1' in the Financial Package.

Page 32 of 36

Page 139: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

FOREIGNCURRENCY(IES)

INDIANRUPEES

MILESTONE ACTIVITY COLUMN A COLUMN B

Obtain the “Notice of No Objection” or“Notice of No Objection Subject to------“fromthe Engineer for the completion of all trainingincluding delivery of final training manuals forthe following:

H1Training of Employer’s maintenancepersonnel (05 man months) in Contractor’s /Sub Contractor's Works and MRTS Offshore.

H2Provision of Contractor’s Driving Instructors(0.5 man months) for Training of Employer’soperating personnel in India.

H3

Provision of Contractor’s Instructors orOEM's Experts (05 man month) for Trainingof Employer’s maintenance personnel inIndia.

COST CENTRE No. H – TRAINING AND MANUALS (OPTIONAL)

MILESTONENUMBER

WORK DESCRIPTION

ACTUAL AMOUNT WEEKS FORCOMPLETION

OFMILESTONE

FROMCOMMENCEM

ENT DATE

Page 33 of 36

H3

Provision of Contractor’s Instructors orOEM's Experts (05 man month) for Trainingof Employer’s maintenance personnel inIndia.

H4Submission of Training Manuals (Originalplus two hard Copies) and in Electronicformat.

Obtain the “Notice of No Objection” or“Notice of No Objection Subject to---“ fromthe Engineer on delivery of the following finalManuals:

H5 Operating Manual (Original plus 03 Hardcopies).

H6 Operating Manual in Electronic format.

H7 Maintenance Manual (Original plus 03 Hardcopies).

H8 Maintenance Manual in Electronic format.

H9 Spare parts Catalogue (Original plus 02 Hardcopies).

H10 Spare parts Catalogue in Electronic format.

Page 33 of 36

Page 140: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

Obtain the “Notice of No Objection” or“Notice of No Objection Subject to---“ fromthe Engineer for completion of the following:

H11 Any other item considered necessary by theContractor to comply with the scope of works

Notes:1

2

3

4

5

6

COST CENTRE TOTAL

The Tenderer shall not complete the column “Weeks for completion of Milestone fromcommencement date” for Milestones H1 to H11.The dates of operation of the Milestone Activities for Milestones H1 to H11 will be at the discretionof the Employer.

Amount quoted in this Cost Centre shall be ACTUAL COST and not apportioned cost.

It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a "TRUE COPY" (withprices blanked off) of the said 'Annexure ITT-2B-1' in the Financial Package.

SIGNATURE OF TENDERER

The travel, boarding and lodging expenses for the employer’s trainees sent overseas will be borneby the Employer.

The price quoted under this Cost Centre shall not be considered for evaluation and shall notbe included in the Tender Total.

Page 34 of 36

6

SIGNATURE OF TENDERER

The price quoted under this Cost Centre shall not be considered for evaluation and shall notbe included in the Tender Total.

Page 34 of 36

Page 141: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

1

2

SIGNATURE OF TENDERER

Annexure ITT-2B-2

MILESTONE PAYMENT SCHEDULESHOWING MONTHLY CASHFLOWS FOR THE CONTRACT

This document to be prepared and completed as required by the Tenderer and submitted as part ofAppendix FT-2 to the Form of Tender

The Monthly Cash Flows shall be worked out as per the Methodology indicated in 'Annexure ITT-6' to'Instructions to Tenderers'.

It is certified that 'Annexure ITT-2B-2' annexed in Technical Package is a "TRUE COPY" (with pricesblanked off) of said 'Annexure ITT-2B-2' in the Financial Package.

Page 35 of 36

SIGNATURE OF TENDERER

Page 35 of 36

Page 142: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC - Tender 'RS13' Instructions to Tenderers - Annexure ITT-2B

F.C. F.C. L.C.(INR)

CostCentre

MilestoneNo.

Annexure ITT-2B-3

PRICING OF UNQUALIFIED WITHDRAWAL OF CONDITIONS, QUALIFICATIONS, DEVIATIONS ETC. SUBMITTED INAPPENDIX FT-11 ('A', 'B' and 'C')TO FORM OF TENDER

Item Condition, Qualification, Deviation etc.

Key dateaffected by

eachcondition,

qualification,deviation etc.

Increase or Decrease for unqualified withdrawal ofeach conditions, qualification, deviation etc.

Page 36 of 36

Notes:

1

2

3

4

SIGNATURE OF TENDERER

In this Appendix, the Tenderer shall indicate every key date that will be affected by each remark, comment, condition, qualificationsor deviation, etc. that has been specified in Appendix FT-11 ('A', 'B' and 'C').

Prices for unqualified withdrawal of each remark, comment, condition, qualifications or deviation, etc. that has been specified inAppendix FT-11 ('A', 'B' and 'C') shall be quoted in this Annexure ITT-2B-3 ,clearly indicating the Cost Centre and Milestone No. towhich it will be allocated. In case the tenderer does not indicate the Cost Centre and Milestone No., DMRC will allocate the quotedprice for withdrawal to the last Milestone under Cost Centre 'D', which will be considered for NPV calculation as well as for amountspayable as per Milestone Payment Schedule. The 'Tender Total Lump Sum Price' quoted by the Tenderer in 'TENDER TOTAL'Page shall not include the Price for withdrawal of remark, comment, condition, qualifications or deviation etc quoted in this'Annexure ITT-2B-3'In case price for unqualified withdrawal of any remark, comment, condition, qualification or deviation etc. indicated in Appendix FT-11 ('A', 'B' and 'C') is not quoted in Annexure ITT-2B-3, it shall be considered that the remark, comment, condition, qualification ordeviation is unconditionally withdrawn without any financial implication. However, Employer at its sole discretion and option mayassess the financial implication of the said remark, comment, condition, qualification or deviation etc. based on best engineeringprinciples and concepts, which shall be binding on the tenderer, and the same may be considered by Employer for financialevaluation.

It is certified that 'Annexure ITT-2B-3' annexed in Technical Package as a "TRUE COPY" (with prices blanked off) of the said'Annexure ITT-2B-3' in the Financial Package.”

Page 36 of 36

Page 143: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 1 of 40

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

Instructions to Tenderers

Annexure ITT-3

Requirements for Tenderer’s Technical Proposals

Page 144: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 2 of 40

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

Instructions to Tenderers

Annexure ITT-3Requirements for Tenderer’s Technical Proposals

1 The Tenderer’s attention is drawn to Clause 1 of the General Conditions of Contract inwhich terms are defined.

2 The Tenderer’s Technical Proposals shall comply or, subject to reasonable development,be capable of complying with the Employer’s requirements in all respects. The Tenderer’sTechnical Proposals shall establish the intended design and manufacturing technology.

3 Documents Required for Technical Evaluation-The following paragraphs list the minimumdocumentation that shall be supplied by the Tenderer to enable technical evaluation ofthe tender. The tenderer shall include any further information necessary to demonstratethe suitability of his proposal.

4 Clause By Clause Commentary

The Tenderer shall provide a valid and fully compliant proposal for the cars as detailed inthe Employer’s Requirements. The Tenderer shall submit a detailed clause by clausecommentary on all the clauses of the Employer’s Requirements.

Tenderers shall note that their comments to the clause by clause commentary wherevergiven shall only be in the following form:

Complied : “Complied” shall be indicated by the tenderer where the tenderer isable to comply with the clause.

Noted : Where a clause merely provides information, and no other comment isnecessary, “Noted” will suffice.

Not Complied : Where the tenderer is not able to comply fully with the clause orhas any observation or proposes an alternative design, “Not Complied” shall be

Page 145: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 3 of 40

indicated and comments if any of the tenderer shall be indicated in detail. AllClauses with status as “Not Complied” shall be included in the Statement ofDeviations (‘Appendix FT-11’ to Form of Tender) and shall be priced in‘Annexure ITT-2B-3’.

Tenderer shall also note that:

Any comment by the tenderer in the Clause By Clause Commentary, other thaneither of “Complied”, “Noted” or “Not Complied” shall be treated as “NotComplied”. Unless tenderer prices against such clauses in the Annexure ITT 2B-3, the comment against any clause shall be deemed to have been unconditionallywithdrawn with no financial implications and shall be considered as NULL andVOID.

Any “Not Complied” comment by the tenderer in the Clause By ClauseCommentary which has not been included in the statement of Deviations(Appendix FT-11 to Form of Tender) shall be treated as “Complied”.

Any “Not Complied” comment by the tenderer in the Clause By ClauseCommentary which has also been included in the Statement of Deviations(Appendix FT-11 to Form of Tender) but has not been priced in Annexure ITT-2B-3 shall be treated as null and void and deemed to have been unconditionallywithdrawn.

In case price for unqualified withdrawal of any remark, comment, condition,qualification or deviation etc. indicated in Appendix FT-11 (‘A’, ‘B’ and ‘C’) is notquoted in Annexure ITT-2B-3, it shall be considered that the remark, comment,condition, qualification or deviation is unconditionally withdrawn without anyfinancial implication. However, Employer at its sole discretion and option mayassess the financial implication of the said remark, comment, condition,qualification or deviation etc. Based on best engineering principles and concepts,which shall be binding on the tenderer, and the same may be considered byEmployer for financial evaluation.

A tender without Clause By Clause Commentary, as stated above, is liable to berejected.

5 Service Experience of Cars and Equipment.

The Tenderer shall furnish the information as required and in the format given inAttachment-I, Table-1 Service Experience of Cars and Equipment related to serviceexperience of complete cars and main equipment/sub-systems with similar designspecifications and ratings, as far as possible. The information shall be submitted for fiveMRTS projects in revenue service for atleast three years (in each MRTS) outside thecountry of origin and in three different countries. In case equipment has been used inDMRC or in India, then shall be specifically mentioned and may be included.

The Tenderer shall furnish information as required and in the format given in Attachment–I, Tables-2, 3 and 4 for Carbody, Bogie and Propulsion Equipment respectively, relatedto service experience of the specific sub-systems as per the requirement of theEmployer’s Requirements- Technical Specification.

This information may be used as one of the inputs for evaluating the service reliability ofthe various equipment/sub-system offered by the Tenderer.

6 Design Data of Cars and Equipments

Page 146: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 4 of 40

The Tenderer shall furnish the information about cars and items of equipment as requiredand in the format given in Attachment – II, Table-1 Design Data of cars and equipments.

7 Design Details Including Drawings

The information as required and in the format given in Attachment – III, Table-1Confirmation of submissions of Design Details Including Drawings shall be supplied with.It is accepted that data provided at the tender stage may be subject to change, during thedesign development process.

Page 147: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 5 of 40

Attachment – I:Table – 1 Service Experience of Cars and Equipment

S.N Parameter SpecifiedValue

Tenderer’s ProposalProject 1

Project 2

Project 3

Project 4

Project 5

(i) No. of cars supplied for 25kVa.c. system.

(ii) Name of the userRailway/Metro System, wherein operation.

(iii) No. of years in revenueservice.

> 5years

(iv) Scope of participation of eachmember of the Tenderer’sConstituents and Sub-Contractors in respect offollowing :a) Design and manufacture ofcomplete carb) Car bodyc) Bogied) Traction propulsionequipment and controlsincluding auxiliary convertere) Brake system and airsupply systemf) Testing of fully integratedcars

(v) a) Formation of each train interms of Motor and TrailerCarsb) No. of train sets supplied.c) Integration of new M+Tcars in the operational trainrakes to augment the rakelengthNo. Of M+T units suppliedNo. Of M+T unitscommissioned

(vi) Power (in kW) of the MotorCar.

(vii) a) Mean distance BetweenFailures (MDBF) of completetrain attributed to RollingStock failures only.b) Definition of failure

(viii) a) Percentage availability oftrains in revenue service dailyto total train fleet sizeb) No. of trains in scheduledinspection and overhauls

Page 148: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 6 of 40

(ix) MDBCF (Mean DistanceBetween Component Failure)and MTTR (Mean Time ToRepair ) of major sub -systems

As per Table 1(A) and Table 1(B) below

(x) Any accident involving death,serious injury to passengersor staff, or damage to rollingstock or property, attributedto the design, manufacturingor malfunctioning ofequipment of the rollingstock.

(xi) a) No. of cars supplied withpropulsion systemmanufactured by theproposed OEMb) Name of the userRailway/Metro System, wherein operation.c) No. of years in revenueservice.

Min 3years

Page 149: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 7 of 40

1(A) MDBCF of major sub-systems (Service Experience)S.N Parameter Tenderer’s Proposal

Project 1 Project 2 Project 3 Project 4 Project 5Make MDBCF Make MDBCF Ma

keMDBCF Make MDBCF Make MDBCF

Actual

Guaranteed

Actual

Guaranteed

Actual

Guaranteed

Actual

Guaranteed

Actual

Guaranteed

i Propulsion Systema) Pantographb) VCB and Earthingswitchc) Main Transformerd) Power Converter –Inverter includingcontrolse) Traction Motorf) Neutral SectionDetector

ii Auxiliary Supply Systema) Auxiliary Converterb) Battery Chargerc) Back-up Batteries

iii Air Supply and FricitonBrake Equipment

iv Door System andControls

v) HVAC System(vi) Communication System(vii) Couplers and Draft Gear

a) Automatic couplersb) Semi permanentcoulpers

Page 150: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 8 of 40

(viii) Bogiesa) Drive gear andcouplingb) Primary suspensionc)Secondary suspension

(ix) Lighting System(x) TIMS

Page 151: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 9 of 40

1(B) MTTR of major sub-systems (Service Experience)S.N Parameter Tenderer’s Proposal

Project 1 Project 2 Project 3 Project 4 Project 5Make MTTR Make MTTR Make MTTR Make MTTR Make MTTR

Actual

Guaranteed

Actual

Guaranteed

Actual

Guaranteed

Actual

Guaranteed

Actual

Guaranteed

(i) Propulsion Systema) Pantographb)VCB and Earthingswitchc)Main Transformerd)Power Converter –Inverter includingcontrolse) Traction Motorf) Neutral SectionDetector

(ii) Auxiliary Supply Systema)Auxiliary Converterb) Battery Chargerc)Back-up Batteries

(iii) Air Supply and FricitonBrake Equipment

(iv) Door System andControls

(v) HVAC System(vi) Communication System(vii) Couplers and Draft

Geara)Automatic couplers

Page 152: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 10 of 40

b)Semi permanentcoulpers

(viii) Bogiesa) Drive gear andcouplingb)Primary suspensionc)Secondarysuspension

(ix) Lighting System(x) TIMS

Page 153: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 11 of 40

Table – 2 Service Experience of Carbody constructed as per proposed technology

Bidder Name:

Consortium details

Criteria for technical qualfication of thebidder for manufacture of cars:

1. The bidder should have experience of design, manufacturing, testing and commissioning of metro carsof same technology as proposed for this tender.

2. The bidder shall fulfill the Eligibility Criteria as defined in ‘S. No. 12 and 12.1 of ‘(A) FILTER OF APPLICANTS-CHECKLIST’ of ‘INITIAL FILTER EVALUATION CRITERIA’ (INITIAL FILTER DOCUMENTS).

Technology proposed forDMRC cars:

Carbody Material: Aluminium/Stainless Steel (Al/SS)Jointing method : Welding/Rivetting/Bolting (W/R/B)

Details of referenceConsortiummembers

City Country % Participation inJV/Consortium

No of cars Technology(Al/SS;W/R/B)

Tare weightof Carbodyshell (withoutfurnishing)

Payloadcapacity(inton)

Axleload

Completeweight.(allinclusive)T/Mcar

Max.speed

Date of Commgof 1sttrainset***

Date of Commgof lasttrainset***

Years in service

*** Bidders shall submit certificate on letter head of the owner indicating details of commissioning of cars in the proforma attached

Page 154: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 12 of 40

Proforma for Commissioning details of the cars(To be submitted separately along with Tables-2)

Metro

SN No of cars Type Speed Metro EMU OthersTractionSystem Axle Load

Date ofCommissioning Performance

Page 155: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 13 of 40

Attachment – II:Table – 1 Design Data of Cars and Equipments

1(A) Vehicle BodyS.N Parameter Specified Value Tenderer’s Proposal(i) Carbody Material Stainless Steel(ii) Technology adopted to join the modular elements

of shellWelding

(iii) Dimensions of passenger saloon area:a) Maximuml length over Body 21,840 mm

(DT) / 21,740mm (M,T)

b) Maximum width over Body 3,200 mmc) Maximum passenger Saloon Headroom 2,050 mm

(iv) Length of Vehicle over couplersa) DT car 22,600 mmb) M Car 22,240 mmc) T Car 22,240 mm

(v) Estiamted number of passengers ina) DT car > 360b) M Car > 380c) T Car > 380

(vi) Tare weight of the complete car together withbogies:a) DT car < 42 Tb) M Car < 42 Tc) T Car < 42 T

(vii) Gross axle load of :a) DT car < 17 tonb) M Car < 17 tonc) T Car < 17 ton

(viii) Bogie wheel base 2,290~2,500mm

(ix) Distance between bogie centres 14,600~15,100mm

(x) Maximum height of roof apex (new wheels) 3,800 mm(xi) Maximum height with pantograph dropped down

(new wheels)< 4,048 mm

(xii) Floor height above Top of Rail (TOR) datum undertare and fully loaded conditions

1,100~1,130mm

(xiii) Maximum variation in floor height due to wheelwear compensation

?

(xiv) Interior Panels:a) Name and address of the manufacturerb) Material for interior panel. Glass Fiber

ReinforcedPlastic

c) Name of previous MRTS projects on whichsame type of interior panels were provided by theOEM.

(xv) Floor:a) Name and address of the manufacturerb) Material for floor.

Page 156: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 14 of 40

c) Name of previous MRTS projects on whichsame type of floor was provided by the OEM.

(xvi) Window:a) Name and address of the manufacturerb) Type Double Glazed,

toughened,laminated glassseparated byan air gap

c) Name of previous MRTS projects on whichsame type of windows were provided by the OEM.

(xvii) Grab Pole and Rails:a) Name and address of the manufacturerb) Type Stainless

tubing typec) Name of previous MRTS projects on whichsame type of grab pole and rails were provided bythe OEM.

(xviii) Train Operator’s Seata) Name and address of the manufacturerb) Type Fold-up typec) Name of previous MRTS projects on whichsame type of seats were provided by the OEM.

(xix) Passenger Seat(Stainless Steel-bucket type)a) Name and address of the manufacturerb) Type Canti-lever typec) Name of previous MRTS projects on whichsame type of seats were provided by the OEM.

(xx) Auto-Coupler:a) Name and address of the manufacturerb) Type no.c) Type and class of steel use for couplerd) No. of pins for electrical coupling headd) Name of previous MRTS projects on whichsame type of couplers were provided by the OEM.

(xxi) Semi Permanent Couplera) Name and address of the manufacturerb) Type no.c) Type and class of steel use for couplerd) Name of previous MRTS projects on whichsame type of couplers were provided by the OEM.

(xxii) Inter-car Gagwaya) Name and address of the manufacturerb) Type no.c) Clear head room 1900 mmd) Clear width 1400 mme) Name of previous MRTS projects on whichsame type of couplers were provided by the OEM.

(xxiii) Minimum clearance between adjacent car bodyends on the smallest radius curve

(xxiv) The maximum collision speed at which there is nostructural damage to the Vehicle body and thecoupler

(xxv) The minimum collision speed at which the coupler

Page 157: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 15 of 40

energy absorption device fails(xxvi) The minimum speed at which actual structural

damage commences(xxvii) The maximum speed at which the cab structural

collapse features deform completely, withoutdamage to the main Vehicle body structure

1(B) BogiesS.N Parameter Specified Value Tenderer’s Proposal(i) a) Name and address of the manufacturer for

Bogiesb) Unsprung mass for trailer bogie (in tonnes)c) Unsprung mass for motor bogie (in tonnes)d) Confirmation of expected maximum stress incritical locations of the bogie

(ii) Primary Springs:a) Name and address of manufacturer (OEM)b) Typec) Name of previous MRTS projects on whichsimilar design of primary springs were provided bythe OEM

(iii) Secondary Springs:a) Name and address of manufacturer (OEM)b) Typec) Name of previous MRTS projects on whichsimilar design of secondary springs were providedby the OEM

(iv) Wheelsa) Name and address of manufacturer (OEM)b) Materialc) Confirmation of wheel profile, together with wheelprofile turning limits during maintenance:- Maximum flange thickness- Minimum flange thickness- Maximum flange height- Minimum flange height- Maximum wheel width- Minimum wheel width- Maximum wheel gauge (back to back).- Minimum wheel gauge (back to back).d) Name of previous MRTS projects on whichsimilar design of wheels were provided by the OEM

(v) Axlesa) Name and address of manufacturer (OEM)b) Materialc) Name of previous MRTS projects on whichsimilar design of axles were provided by the OEM

(vi) Axle roller bearingsa) Name and address of manufacturer (OEM)b) Typec) Life rating calculations of axle roller bearings

Page 158: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 16 of 40

d) Name of previous MRTS projects on whichsimilar design of bearings were provided by theOEM

(vii) Dampersa) Name and address of manufacturer (OEM)b) Typec) Name of previous MRTS projects on whichsimilar design of dampers were provided by theOEM

(viii) Gearbox and couplinga) Name and address of manufacturer (OEM)b) Typec) Class of steel used for the gear wheels and thepinionsd) Material of the gear casee) Weight of the gear wheelf) Name of previous MRTS projects on which similardesign of gearbox were provided by the OEM

(ix) Wheel Flange Lubrication Equipmenta) Name and address of manufacturer (OEM)b) Typec) Name of previous MRTS projects on whichsimilar design of wheel flange lubrication equipmentwas provided by the OEM

1 (C) Predicted Values for Ride QualityS.N Parameter Specified Value Tenderer’s Proposal(i) The predicted natural frequencies of the suspension

for car in :a) bouncingb) pitchingc) rolling

(ii) Predicted bogie pitching at all loading conditionsand natural frequency of Vehicle body

(iii) Predicted maximum lateral wheel flange forcesgenerated

(iv) Predicted flange wear rate(v) Predicted aggregate distance run between wheel

reprofiling operations(vi) Predicted values for the derailment quotient (Y/Q),

for the specified values of track twist<1.2

(vii) Predicted values for ΔQ/Q, for the specified valuesof track twist

≤0.5

(viii) Predicted bogie rotational resistance (X factor) atrotational speed of 0.8 degrees / second

<0.08

(ix) Predicted ride index for new wheel, vehiclesuspension parts with inflated air springs on existingDMRC track.

< 2.75

(x) Maximum speed at which the new wheel, vehiclesuspension parts with deflated air springs onexisting DMRC track will have ride index of 3.0

< 2.6

(xi) Predicted maximum values of vertical acceleration 0.27 g(xii) Predicted maximum values of lateral acceleration 0.27 g

Page 159: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 17 of 40

1 (D) Pneumatic, Air Supply and Brake SystemS.N Parameter Specified Value Tenderer’s Proposal(i) Complete Brake system:

a) Name and address of manufacturer (OEM)b) Typec) Name of previous MRTS projects on whichsimilar type of brake system was provided by theOEM

(ii) Main air compressor – motor set:a) Name and address of manufacturer ofcompressor (OEM)b) Typec) Name and address of manufacturer of motor(OEM)d) Typee) Capacity in litres per minutef) Rated speedg) Maximum pressureh) Power consumption at rated capacity at theabove pressurei) Maximum permissible temperature at the inlet andexhaust portsj) Overall dimensions and weightk) Noise level in dBAl) Name of previous MRTS projects on which thesame compressor-motor set was provided by theOEM for similar application.

(iii) Auxiliary Compressora) Name and address of compressor (OEM)b) Typec) Name of previous MRTS projects on which sametype of compressor were provided by the OEM forsimilar application.

(iv) Air Dryera) Name and address of manufacturer (OEM)b) Typec) Dew point depression at 10 kg/cm2

d) Expected life of desiccante) Name of previous MRTS projects on which sametype of air dryers were provided by the OEM forsimilar application.

(v) Tread Brakea) Name and address of manufacturer (OEM)b) Typec) Expected life of tread brake in kmd) Name of previous MRTS projects on which sametype of brakes were provided by the OEM.

(v) Brake Blocksa) Name and address of manufacturer (OEM)b) Typec) Expected life of brake blocks in km

Page 160: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 18 of 40

d) Name of previous MRTS projects on which sametype of brake blocks were provided by the OEM.

1(E) Door SystemS.N Parameter Specified Value Tenderer’s Proposal(i) Passenger Saloon Doors:

a) Name and address of manufacturer (OEM)b) Rated voltage for drive 110 V dcc) Rated current for drived)

Time required for:-Replacing the doors leaf on the car-Adjustment of door settings-Testing of door functioning

e) Clear opening width 1400 mmf) Clear opening height 1900 mmg) Door opening time from initiation of opencommandh) Door closing time (including locking) frominitiation of close commandName of previous MRTS projects on which similardesign of doors were provided by the OEM

(ii) Front End Central Emergency Door:a) Name and address of manufacturer (OEM)b) Clear opening width 750 mmc) Clear opening heightd) Deplyment time in emergency mode < 1 mine) Name of previous MRTS projects on which similardesign of doors were provided by the OEM

(iii) Cab side Doora) Name and address of manufacturer (OEM)b) Clear opening width 650 +/- 50 mmc) Clear opening heightd) Name of previous MRTS projects on which similardesign of doors were provided by the OEM

(iv) Saloon to Cab Doora) Name and address of manufacturer (OEM)b) Clear opening width 1000 mmc) Clear opening heightd) Name of previous MRTS projects on which similardesign of doors were provided by the OEM

1(F) Performance and Specific Energy ConsumptionS.N Parameter Specified

ValueTenderer’s ProposalNormal Mode All-out Mode

(i) Train resistance formulae used for performancecalculations for:a) At-grade and elevated corridoorsb) Underground corridoors

(ii) Specific energy consumption in traction:a) Line # 1b) Line# 2c) Line# 3d) Line#4

Page 161: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 19 of 40

(iii) Specific energy regenerated and fed back to thesystem:a) Line # 1b) Line# 2c) Line# 3d) Line#4

(iv) Specific energy consumption at each auxiliarypower unit:a) Line # 1b) Line# 2c) Line# 3d) Line#4

1(G) PantographS.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of the manufacturer(ii) Type(iii) Rated voltage(iv) Rated current capacity(v) Maximum recommended operating speed(vi) Nominal static uplift force(vii) Material of pantograph structure(viii) Material of contact strip(ix) The expected frequency for replacement of

metalised carbon strips(x) Name of previous MRTS projects on which same

type of pantographs were provided by the OEM.

1(H) Vacuum Circuit BreakerS.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of the manufacturer(ii) Type(iii) Rated voltage(iv) Rated current(v) Maximum permissible operating voltage(vi) Rated short time current(vii) Total fault clearing time(viii) Making and breaking capacity(ix) Impulse voltage withstand(x) Control circuit voltage(xi) Number and rating of auxiliary contacts(xii) Over-all dimensions and weight(xiii) Name of previous MRTS projects on which same

type of VCBs were provided by the OEM.

1 ( I ) Lightning ArrestorS.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of manufacturer(ii) Maker’s type(iii) Specification to which compliant IEC 60099-4(iv) Nominal voltage(v) Rated voltage(vi) Continuous operating voltage

Page 162: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 20 of 40

(vii) Power frequency withstand voltage, Dry(viii) Power frequency withstand voltage, Wet(ix) Minimum power frequency spark over voltage(x) Nominal discharge current(xi) Class(xii) Lighting Impulse residual voltage(xiii) Creepage distance of the insulator(xiv) Overall dimensions(xv) Overall weight(xvi) Name of previous MRTS projects on which same

type of lightining arrestors were provided by theOEM.

1 (J) 25 kV Explosion proof Potential TransformerS.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of manufacturer(ii) Maker’s type(iii) Specification to which compliant(iv) Rated primary voltage(v) Secondary voltage(vi) Accuracy class for:(vii) a) Measurement

b) Protection(viii) Power frequency withstand voltage(ix) Lighting Impulse withstand voltage(x) Creepage distance of the insulator(xi) Overall dimensions(xii) Overall weight(xiii) Name of previous MRTS projects on which same

type of potential transformers were provided by theOEM.

1(K) AC Current TransformerS.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of manufacturer(ii) Maker’s type(iii) Specification to which compliant(iv) Rated output power(v) Rated primary Current(vi) Rated secondary Current(vii) Accuracy class(viii) Power frequency withstand voltage- secondary(ix) Overall dimensions(x) Overall weight(xi) Name of previous MRTS projects on which same

type of current transformers were provided by theOEM.

1(L) 25 kV cable with HV bushing (no straight through joint shall be allowed in the cable)S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of manufacturer(ii) Maker’s type(iii) Specification to which compliant

Page 163: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 21 of 40

(iv) Rated output power(v) Power frequency withstand voltage(vi) Impulse withstand voltage(vii) Overall dimensions(viii) Overall weight(ix) Name of previous MRTS projects on which same

type of cable and bushings were provided by theOEM.

1(M) TransformerS.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of the manufacturer(ii) Type(iii) Continuous kVA rating of transformer at 22.5kV(iv) Short time kVA rating with time duration(v) Traction (secondary) Windings

a) No. of traction (secondary) windingsb) Voltage of traction (secondary) windings at22.5kV primary voltagec) Rating of secondary windingsd) Turns ratio of primary / secondary windings

(vi) Auxiliary Supply (tertiary) Windingsa) No. of auxiliary supply (tertiary) windingsb) Voltage of auxiliary supply (tertiary) windings at22.5kV primary voltagec) Rating of auxiliary supply (tertiary) windingsd) Turns ratio of primary / tertiary windings

(vii) Is the transformer of modular design – (Yes/No)(viii) Percentage Impedence (Secondary)(ix) Class of insulation of conductors(x) Type of Cooling(xi) Maximum temperature rise of:

a) Oil; andb) windings

(xii) Transformer overall efficiency at 22.5kV:a) Secondary load 0%, tertiary load 100%b) Secondary load 100%, tertiary load 100%

(xiii) Overall dimensions(xiv) Complete weight(xv) Name of previous MRTS projects on which

transformers of similar design were provided by theOEM.

1(N) Power Converter – Inverter

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of the manufacturer(ii) Type of control(iii) Number of converter sets per motorcar(iv) Is the Converter –Inverter unit of modular design –

(Yes/No)(v) Converter :

Page 164: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 22 of 40

a)Input Voltage (at 22.5 kV)b)Input Currentc)Input frequency 48 Hz to 52 Hzd)Number of diodes per sete)Number of IGBT per setf) Modulation frequency

(vi) DC Link :a)DC link voltageb)Ripple voltage at DC link

(vii) Inverter :a)Output voltageb)Output current brakingc)Output current poweringd) Output frequencye)Number of diodes per setf)Number of IGBT per setg) Modulation frequency

(viii) Efficiency of Converter – Inverter(ix) Power Factor at Rated Power(x) Power rating of Converter-Inverter(xi) Type of cooling(xii) Total weight including reactors, capacitors & switch

gear(xiii) Overall Dimensions(xiv) No. of harmonic filters(xv) Type of harmonic filters(xvi) Noise level in dB(xvii) Voltage ripple value(xviii) Current ripple value(xix) Name of previous MRTS projects on which Power

Converter- Inverter of similar design was providedby the OEM.

1(O) Traction Motor: As per ERTSS.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of the manufacturer(ii) Motor type(iii) Continuous rating for operation:

a) power (kW) output at shaftb) voltagec) currentd) frequencye) slip at full loadf) power factorg) efficiencyh) speed (rev/min)

(iv) One hour rating for operation:a) power (kW) output at shaftb) voltagec) currentd) frequencye) slip at full loadf) power factor

Page 165: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 23 of 40

g) efficiencyh) speed (rev/min)

(v) Maximum frequency(vi) Gear Ratio(vii) Class of Insulation(viii) Temperature Index of winding insulation(ix) Permissible temperature rise of winding(x) Type of cooling(xi) Air gap(xii) Weight of traction motor

a) with pinion, gear case and flexible couplingb) without pinion, gear case and flexible coupling

(xiii) Overall Dimensions(xiv) Name of previous MRTS projects on which Traction

Motors of similar design were provided by the OEM.

1(P) Neutral Section DetectorS.N Parameter Specified Value Tenderer’s Proposal(i) Manufacturer’s name and address(ii) Type(iii) Capacity and rating(iv) Name of previous MRTS projects on which neutral

section detector of similar design was provided bythe OEM

1 (Q) Auxiliary Converter (IGBT based)

S.N Parameter Specified Value Tenderer’s Proposal(i) Manufacturer’s name and address(ii) Power rating (kVA).(iii) No. of IGBT used with ratings(iv) Type of control(v) Switching frequency converter(vi) Switching frequency inverter(vii) Input voltage(viii) Input frequency 48 Hz to 52 Hz(ix) Output 1:

a) Voltageb) No. of phase and wiringc) Rated capacityd) Rated frequencye) Output voltage distortion factor

(x) Output 2:a) Voltageb) No. of phase and wiringc) Rated capacityd) Rated frequencye) Output voltage distortion factor

(xi) Output 3:a) Voltageb) No. of phase and wiringc) Rated capacityd) Rated frequency

Page 166: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 24 of 40

e) Output voltage distortion factor(xii) Power Factor at Rated Power(xiii) Harmonic frequencies and amplitude(xiv) Overall efficiency(xv) Type of cooling(xvi) Noise level in dB(xvii) Overall dimensions(xviii) Weight(xix) Name of previous MRTS projects on which

Auxiliary Converter of similar design was providedby the OEM.

1(R) Battery Charger

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of battery charger manufacturer(ii) Type(iii) Capacity and rating(iv) Is Battery charger a part of Auxiliary Converter? If

No, also furnish the following information:a) Dimensionsb) Weightc) Name of previous MRTS projects on whichbattery charger of similar design was provided bythe OEM.

1 (S) Battery

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of battery manufacturer(ii) Type of the battery(iii) Number of cells(iv) Ampere hour rating(v) 5 hours discharge rate(vi) Frequency of topping-up of electrolyte(vii) Dimensions(viii) Weight(ix) Name of previous MRTS projects on which battery

of similar design was provided by the OEM.

1 (T) HVAC Unit

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of HVAC roof package unit

manufacturer(ii) Compressor:

a) Typeb) Rating

(iii) Condenser coils and fans:a) Typeb) Rating

(iv) Evaporator coils and fans:

Page 167: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 25 of 40

a) Typeb) Rating

(v) Heater unita) Typeb) Rating

(vi) Emergency Invertera) Makeb) Typec) Ratingd) Input voltagee) Output voltage

(vii) Refrigerant used(viii) Fequency of cleaning:

a) Fresh air filterb) Return air filterc) Condenser and evaporator coils

(ix) Dimensions of roof package unit(x) Weight of roof package unit(xi) Name of previous MRTS projects on which same

type of HVAC units were provided by the OEM.

1 (U) Train Integrated Management System (TIMS)

S.N Parameter Specified Value Tenderer’s Proposal(i) Name of previous MRTS projects on which TIMS of

similar design was provided by the OEM

1 (V) Contactors

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of manufacturer(ii) Type(iii) Rated voltage(iv) Rated current(v) Making and breaking capacity(vi) Number of auxiliary contacts(vii) Control circuit voltage(viii) Magnet valve and coil details(ix) Overall dimensions and weight(x) Name of previous MRTS projects on which same

type of contactors were provided by the OEM.

1 (W) Main Relays

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of manufacturer(ii) Type(iii) Rated voltage(iv) Rated current(v) Rating of contacts(vi) Type of enclosures(vii) Name of previous MRTS projects on which same

type of relays were provided by the OEM.

Page 168: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 26 of 40

(viii) Other technical details

1 (X) MCB

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of manufacturer(ii) Maker’s type(iii) Rated voltage(iv) Rated current(v) Short time current(vi) Number of auxiliary contacts(vii) Name of previous MRTS projects on which same

type of MCBs were provided by the OEM.(viii) Other technical details

1 (Y) Isolating Switches

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of manufacturer(ii) Maker’s type(iii) Rated voltage(iv) Rated current(v) Short time current(vi) Description and details of interlocking arrangement(vii) Number of auxiliary contacts(viii) Name of previous MRTS projects on which same

type of MCBs were provided by the OEM.(ix) Other technical details

1 (Z) Cables

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of cable manufacturer(ii) Maker’s Type(iii) Specification to which compliant(iv) Voltage grades(v) Sizes(vi) Name of previous MRTS projects on which same

type of cables were provided by the OEM.

1 (AA) Lighting EquipmentS.N Parameter Specified Value Tenderer’s Proposal(i)

(ii)

Page 169: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 27 of 40

(iii)

(i) Door Indicator Lighta) Name and adress of the manufacturerb) Maker’s Typec) Voltage

1 (AB) Illumination Equipment

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and adress of the manufacturer(ii) Maker’s Type(iii) Capacity(iv) Rated voltage(v) Lumen(vi) Burning hours(vii) Number per car

1 (AC) Auxiliary Machines (compressor motor)

S.N Parameter Specified Value Tenderer’s Proposal(i) Manufacturers’ names and addresses(ii) Type(iii) Nominal voltage(iv) Current rating(v) Speed(vi) Starting current(vii) Insulation class(viii) Permissible temperature rise(ix) Power factor(x) Efficiency(xi) Overall weight(xii) Dimensions(xiii) Mounting arrangement(xiv) Name of previous MRTS projects on which same

type of auxiliary machine was provided by the OEM.

1 (AD) Auxiliary Machines (transformer oil pump)

S.N Parameter Specified Value Tenderer’s Proposal(i) Manufacturers’ names and addresses(ii) Type(iii) Nominal voltage(iv) Current rating(v) Speed(vi) Starting current(vii) Insulation class(viii) Permissible temperature rise

Page 170: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 28 of 40

(ix) Power factor(x) Efficiency(xi) Overall weight(xii) Dimensions(xiii) Mounting arrangement(xiv) Name of previous MRTS projects on which same

type of auxiliary machine was provided by the OEM.

1 (AE) Auxiliary Machines (radiator fan motors)

S.N Parameter Specified Value Tenderer’s Proposal(i) Manufacturers’ names and addresses(ii) Type(iii) Nominal voltage(iv) Current rating(v) Speed(vi) Starting current(vii) Insulation class(viii) Permissible temperature rise(ix) Power factor(x) Efficiency(xi) Overall weight(xii) Dimensions(xiii) Mounting arrangement(xiv) Name of previous MRTS projects on which same

type of auxiliary machine was provided by the OEM.

1 (AF) Auxiliary Machines (Power Converter-Inverter Cooling Fan motor, if used)

S.N Parameter Specified Value Tenderer’s Proposal(i) Manufacturers’ names and addresses(ii) Type(iii) Nominal voltage(iv) Current rating(v) Speed(vi) Starting current(vii) Insulation class(viii) Permissible temperature rise(ix) Power factor(x) Efficiency(xi) Overall weight(xii) Dimensions(xiii) Mounting arrangement(xiv) Name of previous MRTS projects on which same

type of auxiliary machine was provided by the OEM.

1 (AG) Auxiliary Machines (Auxiliary Inverter Cooling Fan motor, if used)

S.N Parameter Specified Value Tenderer’s Proposal(i) Manufacturers’ names and addresses(ii) Type(iii) Nominal voltage(iv) Current rating

Page 171: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 29 of 40

(v) Speed(vi) Starting current(vii) Insulation class(viii) Permissible temperature rise(ix) Power factor(x) Efficiency(xi) Overall weight(xii) Dimensions(xiii) Mounting arrangement(xiv) Name of previous MRTS projects on which same

type of auxiliary machine was provided by the OEM.

1 (AH) Pantograph Auxiliary Compressor

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of manufacturer(ii) Maker’s type(iii) Capacity (m3/h)(iv) Pressure(v) Speed (rev/min)(vi) Motor rating(vii) Working voltage(viii) Efficiency(ix) Overall dimensions(x) Overall weight(xi) Name of previous MRTS projects on which same

type of auxiliary machine was provided by the OEM.

1 (AI) Pantograph Auxiliary Compressor motor

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and address of manufacturer(ii) Maker’s type(iii) Capacity (m3/h)(iv) Pressure(v) Speed (rev/min)(vi) Motor rating(vii) Working voltage(viii) Efficiency(ix) Overall dimensions(x) Overall weight(xi) Name of previous MRTS projects on which same

type of auxiliary machine was provided by the OEM.

1 (AJ) Communication System

S.N Parameter Specified Value Tenderer’s Proposal(i) Name and adress of the manufacturer(ii) Amplifier:

a) Typeb) Ratingc) No of amplifiers per car

(iii) Saloon Speakers:

Page 172: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 30 of 40

a) Number of speakers per carb) Power output of speakers

(iv) Public Information Displays (PIB) (inside Saloon)a) Visible display widthb) Visible display heightc) Viewing angle for clear and sharp imaged) Number of PIB per care) Overall dimensionsf) Overall weight

(v) Destination Indicator:a) Visible display widthb) Visible display heightc) Viewing angle for clear and sharp imaged) Overall dimensionse) Overall weight

(vi) Train Number Indicator:a) Visible display widthb) Visible display heightc) Viewing angle for clear and sharp imaged) Overall dimensionse) Overall weight

(vii) Name of previous MRTS projects on whichcommunication system of similar design wasprovided by the OEM.

1 (AK) Proposed MDBCF of major systems

S.N Equipment Specified Value Tenderer’s Proposal(i) Propulsion System

a) Pantographb) VCB and Earthing switchc) Main Transformerd) Power Converter – Invertere) Traction Motorf) Neutral Section Detector

(ii) Auxiliary Supply Systema) Auxiliary Converterb) Battery Chargerc) Back-up Batteries

(iii) Air Supply and Friciton Brake Equipment(iv) Door System and Controls(v) HVAC System(vi) Communication System(vii) Couplers and Draft Gear

a) Automatic couplersb) Semi permanent coulpers

(viii) Bogiesa) Drive gear and couplingb) Primary suspensionc) Secondary suspension

(ix) Lighting System(x) TIMS

Page 173: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 31 of 40

1 (AL) Proposed MTTR of major systems

S.N Equipment SpecifiedValue

Tenderer’s Proposal

(i) Propulsion Systema) Pantographb) VCB and Earthing switchc) Main Transformerd) Power Converter – Inverter including controlse) Traction Motorf) Neutral Section Detector

(ii) Auxiliary Supply Systema) Auxiliary Converterb) Battery Chargerc) Back-up Batteries

(iii) Air Supply and Friciton Brake Equipment(iv) Door System and Controls(v) HVAC System(vi) Communication System(vii) Couplers and Draft Gear

a) Automatic couplersb) Semi permanent coulpers

(viii) Bogiesa) Drive gear and couplingb) Primary suspensionc) Secondary suspension

(ix) Lighting System(x) TIMS

1 (AM). Interior and Exterior Noise Levels

An indication of the predicted maximum noise levels inside and outside the cars(Employer’s Requirements : Technical Specification)

(a) InteriorS.N Parameter Specified Value Tenderer’s Proposal

dBAStationary

dBARunning

dBAStationary

dBARunning

(i) All Cars except Driving Cab (Elevated) 68 72(ii) Driving Cab (Elevated) 68 70(iii) All Cars except Driving Cab (at grade) 68 72(iv) Driving Cab (at grade) 68 70(v) All Cars except Driving Cab (Tunnel) 75 -(vi) Driving Cab (Tunnel) 72 -

(b) ExteriorS.N Parameter Specified Value Tenderer’s Proposal

dBAStationary

dBARunning

dBAStationary

dBARunning

(i) Elevated 67 84(ii) At grade 67 84

Page 174: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 32 of 40

Attachment - III

Table-1 Confirmation of submissions of Design Details Including Drawings

S.N Parameter Document reference1A. Service Experience

Reference letters from the concerned user Railway or Metro Systemscertifying the satisfactory performance of the Rolling Stock, includingreliability, availability, maintainability and safety.

1(B). General Vehicle Layout(i) General description of the proposed train (8 car)(ii) General arrangement of the train showing its external appearance(iii) General layout of each type of car, with principal dimensions showing

the location of all major features and items of equipment(iv) General Arrangement of all roof mounted equipment(v) General Arrangement of underframe mounted equipment(vi) Internal layout of each car type, including seating arrangement(vii) Ergonomic diagram showing passenger access, proposed grab pole

arrangement, cross section through seating bays, vestibule and wheelchair zone, luggage racks, passenger alarm devices etc.

(viii) Layout of the driving cab showing controls, Instruments, panels, doors,windscreen with wiper, horn and driver seat etc

Not applicable

(ix) Inter-car gangway arrangement, including vestibule coupling anduncoupling arrangement

(x) Calculations of numbers of passengers in each type of car(xi) Static loading gauge and kinematic envelope of the cars on straight

track and on curve with cant on the at-grade and elevated section andtunnel section including detailed calculations.

(xii) Weight distribution in lateral and longitudinal direction of each car. (Itwill be necessary to confirm that the location of various items ofequipment is satisfactory from a weight distribution point of view)

(xiii) Provision for wheel load and axle load adjustment(xiv) Adhesion and weight transfer calculations(xv) Diagram showing alignment of car on the specified curves and turn

outs(xvi) Weight of the complete car together with the weights of all principal

equipment cubicles, including those required for devices to be suppliedby Signalling and Train Control and Telecommunications Contractors,and their locations

1 (C). Propulsion and Auxiliary System Design(i) Tractive effort/braking effort v/s speed and current characteristics

(ii) Motor car efficiency and power factor v/s speed curve at continuousrating

(iii) Train performance calculation and characteristic curves as perEmployer’s Requirements - Technical Specification

(iv) Train performance calculation and characteristic curves underemergency conditions as per Employer’s Requirements - TechnicalSpecification

(v) Quality specification of the regenerated energy including its harmonicanalysis as per Employer’s Requirements - Technical Specifications

(vi) Preliminary schematics of traction power, control, auxiliary, and doorcontrol circuits

Page 175: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 33 of 40

(vii) Preliminary wiring and cabling layouts throughout the train along withelectrical details of couplers

(viii) Equipment layout of the control panels of various machines, controlswitches, and other controls within the cars

(ix) A detailed technical description of all systems including controlphilosophy such as flux model, modulation strategy, performancecharacteristics, rating of semi-conductor devices, earthing concepts,etc., together with experience gained with similar equipment usedelsewhere

(x) Calculation to indicate the power requirements for traction, airconditioning, and other auxiliary circuit electrical loads.

(xi) Block diagram of all the electronic systems giving sufficient details toenable a clear understanding of the functions.

(xii) Calculation of auxillary circuit electrical loads

1 (D) Car Body(i) Full details of the technique/technology employed for joining the

modular elements of shells, along with details of quantity and servicerecords of vehicles assembled using such techniques.

(ii) Details on the structural arrangement of the cab front and sides, andthe manner in which members tie-in with the underframe and roofstructure

(iii) Details of floor construction arrangement

(iv) Corrosion protection plan

(v) Details of thermal insulation

(vi) Details of noise suppression measures

(vii) Longitudinal and transverse section of each type of car

(viii) Material specification and description proposed for the followingincluding their fire performance and compliance with fire, smoke andtoxicity standardsa) Seats

b) Panelling

c) Floors

d) Ceiling

e) Gangway

f) Grab poles and rails

g) Others

(ix) Details of mounting arrangement of air conditioning equipment

(x) Details of mounting arrangement of main transformer, converterinverter auxiliary converter, battery box etc

(xi) Details of mounting arrangement of doors, windows etc

(xii) Details of mounting arrangement of ducts and light fittings (interior andexterior)

Page 176: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 34 of 40

(xiii) The physical, chemical and metallurgical specifications and propertiesof the materials proposed to be used for the body structure, and theiryield and fatigue limits in diagrammatic form

(xiv) Vehicle body lifting and jacking arrangement, with and without bogie

(xv) Modular units proposed for coach construction, equipment andfurnishing

(xvi) Details of arrangements near roof mounted equipmets to obviateproblems of interruptions caused by stray wires dropped by birds

(xvii) Details of auto-coupler, its characteristics and calculations fordetermining the capacity of the coupler, together with its function incrashworthiness (e.g. energy absorption characteristic against impactspeed)

(xviii) Details of semi-permanent coupler, its characteristics and calculationsfor determining the capacity of the coupler together with its function incrashworthiness (e.g. energy absorption characteristic against impactspeed)

(xix) Details of inter-car gangway, its floor, means of uncoupling a semi-permanently coupled pair in workshop conditions etc.

(xix) Proposed lubricant detail, including alternative manufactured in India

1 (E) Bogies(i) Drawings of the trailer car bogies showing the installation arrangement

together with principal dimensions of:a) Primary suspension;

b) Secondary suspension;

c) Centre pivot arrangement;

d) Wheel sets;

e) Service brake equipment;

f) Parking brake equipment; and

g) Body to bogie connection

(ii) Drawings of the motor car bogies showing the installation arrangementand principal dimensions of and:a) Primary suspension;

b) Secondary suspension;

c) Centre pivot arrangement;

d) Wheel sets;

e) Service brake equipment;

f) Parking brake equipment; and

g) Body to bogie connection

h) Traction motor mounting

i) Drive arrangement

Page 177: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 35 of 40

(iii) Construction details of the primary and secondary suspensionincluding physical and performance characteristics

(iv) Material data, including metallurgical, physical, and chemicalproperties, yield and fatigue limits and compliance with internationallyrecognised specifications for:a) Bogies

b) Wheels

c) Axles

d) Traction link

e) Axle roller bearing assemblies

f) Rubber fittings

(v) General arrangement drawings of the wheels, axles, and axle rollerbearings:

(vi) Confirmation of expected maximum stress in critical locations of thebogie

(vii) Details of the means of lifting (or lowering):

a) complete bogie

b) bogie frame

c) traction motor

d) brake actuators

e) wheelsets

(viii) Details of shock absorbers including characteristics

(ix) Details of dampers including characteristics

(x) Means of wheel-wear compensation

(xi) Means of wheel and axle load adjustment

(xii) Particulars of the heat treatment applied to the teeth of gearwheel andpinion, including stress relief

(xiii) Details of the coupling used

(xiv) Details of the wheel flange lubrication equipment used

(xv) Proposed lubricant details, its broad properties, including alternativesmanufactured in India

1 (F) Pneumatic, Air Supply and Brake System(i) System details and respective interfaces with ATP, and where

applicable, ATO for:a) Electro-pneumatic brake

b) Electric regenerative brake

c) Parking brake

Page 178: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 36 of 40

d) Brake pipe controlled back-up brake

(ii) Preliminary schematics of the air system for brake control andapplication

(iii) Preliminary schematics of the brake control system to include electricaland pneumatic interfaces for friction and regenerative braking, andbrake blending

(iv) Preliminary brake performance calculations for normal and emergencyconditions, (including stopping distances) for the specified maximumload

(v) Preliminary calculations for the parking brake holding capability, for thespecified maximum load

(vi) Material specification of :

a) pipes

b) fittings

c) rubber components

d) lubricants

e) reservoirs

f) other items

(vii) Spin/slide control system

(viii) Jerk control system

(ix) Detail of Air dryer and filteration to be specified alongwith replacementof desiccant

(x) Main Air compressor:

a) Graph showing free air delivery against pressures of 8bar, 9bar and10barb) Details of the drive arrangement and coupling

c) Lubricants, including recommended proprietary makes, andalternative equivalents manufactured in India

1 (G) Door System(i) Constructional details of door leaves and mounting

(ii) Detailed technical description of control mechanism and interlocks

(iii) Full details of isolating and locking the door leaves in case of failure offunctiong of the door.

(iv) Details of drive arrangements

(v) Details of the emergency doors in the cabs for passenger detrainment

(vi) Details of heavy duty locks for cab-side doors and saloon-to-cab doorsand its operating mechanism using magnetic swipe cards

Page 179: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 37 of 40

1 (H) HV and Propulsion Equipments(i) Pantograph

a) Drawing showing mounting arrangement, principal dimensions,height in dropped down (or locked-down) position, minimum andmaximum working heightsb) Details of masses, springing and damping

(ii) Product catalogue from OEM for

a) Vacuum Circuit Breaker

b) Earthing Switch

c) Lightining Arrester

d) 25 kV Potential Transformer

e) AC Current Transformer

f) 25 kV cable with bushing

g) Neutral Section Detector

(iii) Transformer

a) Detailed technical description of transformer

a) Details of 25kV cable terminal arrangement

b) Details of cooling arrangement, and characteristics of silicon oil

(iv) Power Converter – Inverter

a) Technical description of the system including microprocessorcontrol:b) Frequency spectrum of harmonics of line current of maximum linecurrent and in fault conditions and psophometric currentc) Quality Sepcification of regenerated energy

d) Data sheets for IGBT devices and their characteristic curves

(v) Traction Motor

a) Details of input air filteration system

b) Details of suspension arrangement

c) Details of bearings

d) Detais of grease used, including alternative available in India

Page 180: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 38 of 40

(vi) Any other details considered necessary

1 (I) Auxiliary Supply Equipments(i) Auxiliary Converter

a) Calculation showing full auxilairy load of a 2-car unit

b) Characteristic curves for IGBT and diodes

c) Data sheets for IGBT and diodes

(ii) Back-up Battery

a) Product catalogue from OEM

(iii) Details of arrangements of battery box

(iv) Any other details considered necessary

1 (J) HVAC Unit(i) Full technical description of the system including total heat load

calculations for the maximum passenger loads(ii) Mounting details

(iii) Temperature control scheme

(iv) Dimensions and layout of the roof duct

(v) The detailed calculation for the level of fresh and supply airrequirement

(vi) Details of the filters for fresh and return air, including dimensions anddamper

(vii) Detail of humidity control scheme

(viii) Any other details considered necessary

1 (K) Train Integrated Management System (TIMS)(i) A full technical description of the system including system architecture,

data acquisition - processing –and- recording, controls, interfaces andsystem software, shall be provided.

1(L) Cab Equipments(i) Complete technical details including OEM product catalogue, as

applicable, for:a) Master Controller (Power – Brake Handle)

b) Mode Selector

c) Control Lock

d) PWM Generator

e) Windscreen wiper

Page 181: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 39 of 40

f) Horn

1 (M) Control Equipments(i) Technical details / OEM’s product catalogue for:

a) Contactors

b) Main Relays

c) MCBs

d) Isolating Switches

e) Push buttons

f) Fault indicator lamps

g) Control circuit diodes

h) Gauges

i) Others

1(N) Lighting and Illumination Equipment(i) Details on indicating front end of train while parked by illuminating two

white lights(ii) Detail of the light fitting including sealing arrangement

1 (O) Communication System(i) Details of the passenger emergency device and its speech channel to

the driving cab(ii) Details of the communication system

(iii) Details of the Passenger Information System including amplifier

(iv) Any other details considered necessary

1 (P) Fire Protection Measures(i) Full details of the fire load and toxicity of smoke emission for all

materials used throughout the vehicles, together with an estimate ofthe total fire load of each type of car

1 (Q) Maintenance Requirement(i) Details of inspection and maintenance schedules of cars of similar

design, supplied by the Tenderer, and already operating on MassRapid Transit Systems elsewhere

(ii) A copy of a maintenance manual for such cars

1 (R) Life Cycle Cost(i) Life cycle cost plan with the aim to minimize the overall life cycle cost

whilst meeting the safety, quality and reliability requirement of thisspecification – to be provided by the Contractor during contractexecution.

1 (S) Manufacturing Plan(i) Plan for progressive local manufacture of cars, electrical and

mechanical equipments in India

Page 182: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers – Annexure ITT- 3

Page 40 of 40

(ii) Details of tie-up with Indian manufacturers

1 (T) Spares(i) A schedule each of consumable spare parts, mandatory spares, and

Unit Exchange Spares duly indicating, for each item of spares, itsdescription, Part no, drawing no, lead time, shelf lifeand number ofunits required for the system during the expected life and during thefirst ten years

(ii) Principal source of supply

(iii) Unit price with escalation clause[Note:a) Information required in (i), (ii) and (iii) above will not be taken

into account for comparative evaluation of tenders. However, ifthe Tenderer does not submit the above list, his tendersubmission shall be considered incomplete and invalid.

b) The tenderer shall submit the part number, drawing number,lead time, shelf life and the secondary source of supply for the abovelist of spares within 97 weeks of Commencement date and thesubmission of these details shall be considered as a pre-requisite foraccomplishment of Key Date ‘8.2’.]

1 (U) Special Tools ,Testing and Diagnostic Equipments(i) List of special tools, testing, and diagnostic equipments for

maintenance, repair and overhauling trains Notapplicable

(ii) Detail description of the special tools, testing, and diagnosticequipments Drawing No., manuals and full operating instruction Not

applicable1 (V) Special Jigs, Fixtures and Gauges(i) List of special jigs, fixtures and gauges for maintenance, repair and

overhauling trains Notapplicable

(ii) Detail description of the special jigs, fixtures and gauges, Drawing No.,manuals and full operating instruction Not

applicable1 (W) Simulator(i) Brief description of the proposed simulator Not

applicable(ii) A schedule each of consumable spares and maintenance spares

required for maintenacne of simulator duly indicating for each item ofspares, its description, part number, drawing number, lead time, shelflife and number of units required for the system during the expected lifeand during the first ten years

Notapplicable

(iii) List of special tools and testing equipments for normal operation andmaintenance of the simulator Not

applicable(iv) Detail description of the special tools and testing equipments Drawing

No., manuals and full operating instruction Notapplicable

Page 183: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 184: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers-Annexure ITT-4

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF

74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’

TYPE TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

Instructions to Tenderers

Annexure ITT-4

Form of Bank Guarantee for Tender Guarantee(Tender Security)

Page 1 of 3

Page 185: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers-Annexure ITT-4

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF

74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’

TYPE TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

FORM OF BANK GUARANTEE FOR TENDER SECURITY (Reference para C17 of the Instructions to Tenderers)

(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) (hereinafter called “the Bank”) are bound unto Delhi Metro Rail Corporation Limited (hereinafter called “the Employer”) in the sum of `. -----------------------(in words) ( as specified in ‘Appendix FT-1’ to Form of Tender)for which payment will and truly to be made to the said Employer, the Bank binds itself, its successors and assigns by these presents.

2. WHEREAS…………………………(Name of Tenderer) (hereinafter called “the Tenderer”) has submitted its tender dated__________for Tender ‘RS13’(hereinafter called "the Tender").

AND WHEREAS the Tenderer is required to furnish a Bank Guarantee for the sum of `------------------------(in words)( as specified in ‘Appendix FT-1’ to Form of Tender) as Tender Security against the Tenderer’s offer as aforesaid.

AND WHEREAS………………………………(Name of Bank) (from a scheduled foreign bank in India or a scheduled commercial bank in India)have, at the request of the Tenderer, 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 Tenderer in regard to the conditions contained in the said tender and thereby modify these conditions or add thereto any further conditions as may be mutually agreed upon between the Employer and the Tenderer.

b. That the guarantee hereinbefore contained shall not be affected by any change in the constitution of our Bank or in the constitution of the Tenderer.

Page 2 of 3

Page 186: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender RS13 Instructions to Tenderers-Annexure ITT-4

c. That any account settled between the Employer and the Tenderer shall be conclusive evidence against us of the amount due hereunder and shall not be questioned by us.

d. That this Guarantee commences from the date hereof and shall remain in force till …………………. (date to be filled up) (Sixty days after the date of validity of the Tender ).

e. That the expression ‘the Tenderer’ and ‘the Bank’ herein used shall, unless such an interpretation is repugnant to the subject or context, include their respective successors and assigns.

4. THE CONDITIONS OF THIS OBLIGATION ARE:

a. if the Tenderer withdraws his Tender during the period of Tender validity specified in the Form of Tender, or

b if the Tenderer does not accept the correction of his tender price in terms of Clause E5.2 of the “Instructions to Tenderers”.

c. if the Tenderer 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 F 5.1 of the “Instructions to Tenderers” and/or

ii. fails or refuses to enter into a Contract within the time limit specified in Clause F 4 of the “Instructions to Tenderers”.

We undertake to pay to the Employer mere on demand without demur upto the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of any one or more of the conditions (a), (b), (c) mentioned above, specifying the occurred condition or conditions.

Signature of Authorized Official of the Bank

Signature of Witness

Name :

…………..………………….

Address : ………………………….

Name of Official ……………………..

Designation …………………………..

Stamp/Seal

of the Bank ……………………………

Page 3 of 3

Page 187: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 188: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-5

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF

74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13 ’

Instructions to Tenderers

Annexure ITT-5

Form of Letter of Undertaking

Page 1 of 2

Page 189: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-5

TENDER ‘RS13 ’

Instructions to Tenderers

Annexure ITT-5

Form of Letter of Undertaking

Dated : _________

To

The Managing Director Delhi Metro Rail Corporation Limited, N.B.C.C.Place, 3rd Floor Bhishma Pitamah Marg, Pragati Vihar New Delhi – 110 003.

LETTER OF UNDERTAKING

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE TRAINS SUPPLIED BY MRM

CONSORTIUM

TENDER NO.RS13

We, (name of individual tenderer/joint venture/consortia), hereby undertake that the tender drawings and the tender documents purchased as a necessary part of our preparation of this tender shall be used solely for the preparation of the tender and that if the tender is successful, shall be used solely for the design, manufacture, supply, testing and commissioning of the Rolling Stock for Delhi MRTS. We further undertake that the aforesaid tender drawings and documents shall not be used in whole, in part or in any altered form on any other project, scheme, design or proposal that the individual tenderer/consortium/joint venture, their parent companies or sub contractors of the individual tenderer/consortium/joint venture are, or will be involved with either in India or any other country.

Signed ____________

For and on behalf of (Name of tenderer/Joint venture/Consortia)

Page 2 of 2

Page 190: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 191: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-6

Page 1 of 5

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13 ’

Instructions to Tenderers

Annexure ITT-6

Methodology for Working Out the Monthly Cash Flows

Page 192: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-6

Page 2 of 5

Methodology for Working out Monthly Cash Flows

SN Clause

Activity

Considered Parameter in Calculation of Cash Flow.

1 GCC 11.4 Contractor request for interim payment to Engineer.

1st of month, Interim payment comprises costs apportioned to Milestones achieved in preceding month.

2 GCC 11.5

Engineer issues IPC to Employer for interim payment to contractor. (within 21 days hence (1) above.) Date of release of Payment to be

30 Days hence (1) above. 3 SCC 26,

GCC 11.6

Date of release of interim payment to contractor. (Within 28 days hence (2) above.)

4 GCC 11.12

Base date last working day 28 days prior to latest date of submission of Tenders.

(to be calculated based on Tender Submission on Date).

5 FT – 1 (3) Commencement date (only for working out the Monthly Cash Flow)

Date of issue of LOA to be assumed as 1st day of the succeeding month of the due date of submission of tender for purpose of working out cash flow.

6 FT – 1 (5) DLP 18 months from the date of issue of Taking over certificate for each ‘T+M’/ ‘DT+M’ unit.

7 GCC 9.1

Taking over certificate Contractor applies to Employer 14 days prior to completion of work/part and Employer within 28 days of application receipt issues a TOC.

14 days from date of completion of integrated testing and commissioning and Service trial of last car as mentioned in Cost Centre D.

8 FT – 1 (6) Amount of Advance Payment 15% (interest free) of the total Contract Price in the respective currencies in one instalment as detailed in SCC. The Contract Price shall be tenderer’s offered

Page 193: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-6

Page 3 of 5

price in Financial Package including prices of unconditional withdrawal of Deviations.

9

SCC 21 (GCC 11.2.1 & 11.2.4) Schedule 7 of SCC ITT F4

Mobilisation Advance Date of release of 1st Instalment. After the issuance of LOA and submission of performance security, Undertaking and Guarantees as per SCC 5, Advance Payment Bank Guarantee and signing of Contract Agreement Date of release of 2nd Instalment. after satisfactory utilisation of the first instalment.

Date of release of 1st Instalment. 45 days after the issuance of LOA i.e. Commencement date. Date of release of 2nd Instalment. Six months from Commencement Date.

10 SCC 21 Mobilisation Advance The recovery of the above advance payment shall be done in respective currencies and shall commence when 20% of the original Contract Value of the work has been paid in respective currencies and shall be recovered by deduction of 25% of the amount of each Interim Payment, payable in accordance with Clause 11.5 of GCC until total Mobilization Advance is recovered.

i. Advance is paid in two tranches – first and second tranche are 10% & 5% respectively of total Contract Price in respective currencies.

ii. Recovery shall start once 20% of contract price in respective currencies is paid. Amount recovered shall be 25% of the Interim Payments in respective currencies till advance payment paid in these respective currencies is recovered.

11 GCC 10.9 GCC 11.6 GCC 9.1 FT – 1 (5)

Performance Certificate The date on which the contractor completed his obligations to the Engineer’s

satisfaction.

Issue of Taking Over Certificate of last car + 18 months of DLP + 14 days of issue of Taking Over Certificate of whole of works + 60 days of issue of completion certificate. It is assumed that

Page 194: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-6

Page 4 of 5

Performance Certificate is issued along with the Completion Certificate.

12 Other assumptions: 1. For calculation of monthly cash flow of contract prices, all currencies to be rounded off to two decimal places at different calculation stages.

For the prices payable to contractor on accomplishment of milestones in a particular month after all mandatory deductions,

the FC to be rounded to zero decimal places as per SCC 25 and,

the LC to be rounded to nearest Rupee as per SCC 25.

2. PRICE OF WTHDRAWAL:

To be added to Milestones as quoted by the tenderer in Annexure ITT-2B-3. In case the cost centre & milestone no. is not specified by the tenderer, this amount to be considered with the last milestone under Cost Centre ‘D’. The FC to be rounded off to Zero decimal places and the LC rounded off to Rupee as per SCC 25. In case, the aggregate distributed amount is not equal to the Price of withdrawal of the condition, adjustment to be done in the earliest Milestone to which the price has been distributed.

3. Tax Deduction at Source:

Page 195: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-6

Page 5 of 5

For the purpose of working out monthly cash flow, no tax deduction at source to be considered.

NOTE: Tenderers may refer to ‘Notes’ to ‘Cost Centre G’ for further details regarding working

out of Monthly Cash Flow for Cost Centre ‘G’ items. Price quoted under ‘Cost Centre H’ shall not be considered for working out the Monthly

Cash flow.

Page 196: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 197: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-7

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’Instructions to Tenderers

Annexure ITT-7

DELETED

Page 1 of 1

Page 198: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 199: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-8

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’Instructions to Tenderers

Annexure ITT-8

DELETED

Page 1 of 1

Page 200: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 201: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-9

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

Instructions to Tenderers

Annexure ITT-9

Sample Format For Banking Reference For Liquidity Clause at

Initial Filter Evaluation Criteria (B) Assesment Topics T1 Liquidity

Page 1 of 2

Page 202: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Instructions to Tenderers – Annexure ITT-9

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

Sample Format For Banking Reference For Liquidity Clause at

Initial Filter Evaluation Criteria (B) Assesment Topics T1 Liquidity

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 able 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 in

this bid, is a reputed company with a good financial standing.

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

above joint venture, we shall be able to provide overdraft / credit facilities to the extent of

Rs....................... to M/s .................................................... to meet their working capital

requirements for executing the above contract.

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

Page 2 of 2

Page 203: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 204: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13’

(VOLUME 1)

FORM OF TENDER (INCLUDING APPENDICES)

NBCC Place, Bhishma Pitamah Marg, Pragati Vihar, New Delhi - 110003

Page 205: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 206: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

DELHI METRO RAIL CORPORATION LIMITED MASS RAPID TRANSPORT SYSTEM – PHASE III

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13 ’

FORM OF TENDER (INCLUDING APPENDICES)

LIST OF CONTENTS

Description Pages

FORM OF TENDER 1 to 3

APPENDICES TO FORM OF TENDER 4 to 27

Appendix FT-1 – Contract Conditions

Appendix FT-2 – Pricing Document (to be included in Financial Package only).

Appendix FT-3 – Outline Quality Plan

Appendix FT-4 – Outline Safety Plan

Appendix FT-5 – Outline Environmental Plan

Appendix FT-6 – Tenderer's Technical Proposals

Appendix FT-7 – Outline Project Management Plan

Appendix FT-8 – Structure of the Tenderer

Appendix FT-9 – Tender Index

Appendix FT-10 – Form of Declaration for Non-engagement of any agent, middleman or intermediary

Appendix FT-11 – Statement of Deviations

Appendix FT-12 – Deleted

Appendix FT-13 – Form of Certificate confirming receipt of all tender addenda

Appendix FT-14 – Form of Certificate Confirming Submission of All Documents of Financial Package in The Technical Package With Prices Left Blank

Appendix FT-15 – Form of Certificate Confirming careful examination of all the contents of Tender documents and signing of all pages of Tenderer’s proposal.

Page 207: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines
Page 208: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 1 of 27

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF 74 No.BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE TRAINS

SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13 ’

FORM OF TENDER

Date: …………………….

To : The Managing DirectorDelhi Metro Rail Corporation LimitedNBCC Place, 3rd Floor,Bhishma Pitamah MargPragati ViharNew Delhi - 110003India

DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF

74 No. BROAD GAUGE CARS COMPATIBLE WITH EXISTING ‘RS1’ TYPE

TRAINS SUPPLIED BY MRM CONSORTIUM

TENDER ‘RS13 ’

GENTLEMEN,

1. Having inspected, examined the Employer's Requirements, General Conditions of

Contract, Special Conditions of Contract, Tender Drawings and Instruction to

Tenderers including Pricing Document, and addenda thereto (if any) issued by the

DMRC for the Design, Manufacture, Supply, Testing, Commissioning and Training

of 74 No. broad Gauge cars compatible with existing ‘RS1’ type trains supplied by

MRM consortium (Electrical Multiple Units), and the matters set out in Appendix

FT-1 hereto, and having completed and prepared Appendices FT-2, FT-3, FT-4,

FT-5, FT-6, FT-7, FT-8, FT-9, FT-10, FT-11, FT-13, FT-14 and FT-15 hereto, we

hereby [jointly and severally]* offer to Design, Manufacture, Supply, Testing,

Commissioning and Training Of 74 No. broad Gauge cars compatible with

existing ‘RS1’ type trains supplied by MRM consortium and remedying any defects

therein, in conformity with the above documents for the sum stated in the Pricing

Document as completed by us and appended hereto.

2. We undertake [jointly and severally]* to complete and deliver the whole of theWorks and achieve all Stages, within the times stated in ‘Appendix FT-1’ hereto.

Page 209: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 2 of 27

3. We undertake [jointly and severally]*:

(a) to keep this Tender open for acceptance without unilaterally varying oramending its terms for the period stated in Notice of Invitation to Tender hereto[(the withdrawal of any member or any other change in the composition of thepartnership/joint venture/consortium on whose behalf this Tender is submittedshall constitute a breach of this undertaking)]*; and

(b) if this Tender is accepted, to provide Guarantees, Undertakings & Warrantiesfor the due performance of the Contract as stipulated in the General Conditionsof Contract, Special Conditions of Contract and ‘Appendix FT-1’ hereto; and

(c) to hold in confidence all documents and information whether technical orcommercial supplied to us at any time by or on behalf of the DMRC inconnection with this Tender or with the above-mentioned Works and, withoutyour written authority or as otherwise required by law, not to publish orotherwise disclose the same.

4. We submit with this Tender a duly executed Tender Guarantee in respect of ourobligations under this Tender.

5. Unless and until a formal agreement is prepared and executed, this Tendertogether with your written acceptance thereof, shall constitute a binding contractbetween us. We understand and agree that the Contract will come into force onlyafter unconditional concurrence to it has been received from JICA, Japan.

6. We understand that you are not bound to accept the lowest or any tender you mayreceive.

7. We declare that the submission of this Tender confirms that no agent, middlemanor any intermediary has been, or will be engaged to provide any services, or anyother item or work related to the award and performance of this Contract. Wefurther confirm and declare that no agency commission or any payment which maybe construed as an agency commission has been, or will be paid and that thetender price does not include any such amount. We acknowledge the right of theEmployer, if he finds to the contrary, to declare our Tender to be non-compliant andif the Contract has been awarded to declare the Contract null and void.

8. This Tender shall be governed by and construed in all respects according to thelaws for the time being in force in India. The courts at New Delhi will have exclusivejurisdiction in the matter.

We are, Gentlemen,

Yours faithfully,

Signature:

Witness: Date --------------

Page 210: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 3 of 27

Signature: --------------------- Name ------------------------------------

-------

Date ------------ For and on behalf of ...................................

Name -------------------------- Address ......................................................

Address ------------------------

Signature:

Witness: Date --------------

Signature: --------------------- Name ------------------------------------

-----

Date ------------ For and on behalf of ...................................

Name -------------------------- Address ......................................................

Address ------------------------

* Note:

If the Tenderer comprises a 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. joint venture or consortium)

(b) the liability of each member under the Tender, and under any contract formed uponits acceptance, 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) Duly notarised# Power of Attorney issued in favour of Authorized representative ofeach member of Joint Venture/Consortium shall be attached.

(f) Duly notarised#, irrevocable Power of Attorney issued by each member of JointVenture/Consortium in favour of Leader of the Joint Venture/Consortium forparticipation in this tender shall be attached.

(g) Power of Attorney of the authorized representative of each member of JointVenture/Consortium who issues the Power of Attorney in favour of Leader of theJoint Venture/Consortium, with clear evidence that the person is authorized to issuesuch Power of Attorney shall be attached.

# Regarding notarization requirements, please refer ITT Clause A5.1

Page 211: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 4 of 27

APPENDICES TO THE FORM OF TENDER

(To be prepared and appended by the Tenderer)

Appendix FT-1 - Contract Conditions

Appendix FT-2 – Pricing Document (to be included in Financial Package only).

Appendix FT-3 – Outline Quality Plan

Appendix FT-4 - Outline Safety Plan

Appendix FT-5 - Outline Environmental Plan

Appendix FT-6 - Tenderer's Technical Proposals

Appendix FT-7 –Outline Project Management Plan

Appendix FT-8 –Structure of the Tenderer

Appendix FT-9 – Tender Index

Appendix FT-10 –Form of Declaration for Non-engagement of any agent,

middleman or intermediary

Appendix FT-11- Statement of Deviations

Appendix FT-12 -Deleted

Appendix FT-13 Form of Certificate confirming receipt of all Tender Addenda

Appendix FT-14 -Form of Certificate confirming submission of all documents of FinancialPackage in the Technical Package with prices left blank

Appendix FT-15- Form of Certificate confirming careful examination of all the contents ofTender documents and signing of all pages of Tenderer’s proposal.

Page 212: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 5 of 27

FORM OF TENDER - APPENDIX FT-1

CONTRACT CONDITIONS

1 Number of coaches,trainsets andconfiguration

:The total number of coaches to be supplied underthis Contract is 74 comprising of the following :

i) 37 No. ‘T+M’ car units (74 cars) forconversion of existing 37 No. 4/6-car trainsets to 6/8 -car train sets.

Where, T:Trailer Car

M:Motor Car

2 Amount of PerformanceGuarantee (GCC Sub-Clause 4.2)

: The Amount of Performance Bank Guarantee shallbe 10% of the contract value in types andproportions of currencies in which contract price ispayable and in accordance with GCC Clause4.2.1.

3. Commencement date forcommencement of theWorks (GCC Sub-Clause8.1)

: Date of issue of Letter of Acceptance (LOA).

4. Liquidated Damages(GCC Sub-Clause 8.5)

Liquidated Damages (LD) for delays inachievement of Key Dates ( Major and Minor KeyDates as defined in ‘Attachment to Appendix FT– 1’) will be applicable as noted below :

(i)For Key Dates ‘1’ and ‘2 ’:

0.1% of the total value of the amountsapportioned to the affected Milestonesrelevant to the Key date for each Calendarday of delay.

(ii) For all Minor ( except Key Dates ‘1’ and ‘2’ )and all Major Key dates

0.1% of the total value of the amountsapportioned to the affected Milestonesrelevant to the Key date for each Calendarday of delay for first 30 Calendar days.

0.25% of the total value of the amountsapportioned to the affected Milestonesrelevant to the Key date for each Calendarday of delay for delays beyond 30 Calendardays.

(iii) In case of delay in accomplishment of the

Page 213: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 6 of 27

Major Key Dates , the total apportionedamount of all affected Milestones relevant tothe associated Minor Key Dates as well asthe Major Key Dates will be considered forcalculation of LD.

(iv) Any imposition of LD on account of delay inaccomplishing Minor Key Date (except ‘1’and’2’) will be waived and LD amount if deductedwill be returned (without interest) providedContractor is able to accomplishcorresponding Major Key Date (as perContracted Schedule)

(v) There is no maximum limit in levy of LD fordelays in individual Key Dates. However,maximum limit for cumulative LD for completeContract shall not exceed 10% of the totalContract Price.

5. Defects Liability Period(GCC Sub-Clause 10)

18 months from the date of issue of Taking overcertificate for each ‘T+M’/ ‘DT+M’ unit.

6. Amount of AdvancePayment (GCC Sub-Clause 11.2)

15% (interest free) of the total contract price in the

respective currencies in two instalment 10 % in first

instalment and 5% in second instalment, as

detailed in Special Condition of Contract.

7. Amount of Third PartyInsurance (GCC Sub-Clause 15.3) India withnumber of incidentsunlimited India with number of incidents unlimited.

: Rs.0.5 million for any one incident.

8. Amount of ProfessionalIndemnity Insurance(GCC 15.1)

: This clause is not applicable.

9. Period in which allinsurances have to beeffected(GCC Sub-Clause 15.5 and SCCClause 29)

: 12 weeks from commencement date.

10. Stages and Key Dates : See ‘Attachment to Appendix FT-1’.

11. Validity of Tender :180 days from the latest date of submission oftender

Page 214: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 7 of 27

12. Amount and validity ofTender Guarantee

INR 62 Million

60 days beyond the validity date of theTender(if submitted in the form of Banker’sCheque/Demand Draft, the same shall bevalid for a minimum period of 60 days fromthe ‘date for tender submission’)

13. Place, date and time ofTender Submission andTender opening

Place:Delhi Metro Rail Corporation,3rd Floor, NBCC Place,Bhishma Pitamah Marg,Pragati Vihar,New Delhi.110003.

14. Contractor’s Name andAddress (GCC Clause18)**

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

15. Employer’s Name andAddress

Delhi Metro Rail Corporation,

3rd Floor, NBCC Place,

Bhishma Pitamah Marg,

Pragati Vihar,

New Delhi.110003.

16. Place, date and time ofPre-bid Meeting

Place:Delhi Metro Rail Corporation,Metro Bhawan,

H Fire Brigade Lane,Barakhamba Road

17. Last date up to whichclarification on tenderconditions can be sought

** (Tenderer to complete)

Date for Tender Submission:Upto 1100 hrs. on 18.11.2014

Date for Tender Opening: At 1130 hrs. on 18.11.14

New Delhi.110001. Date & Time:30.09.14 at 1100 hrs

: 21.10.14 (The replies to the clarifications and

required Addendum (if any) will be issued at

least 2 weeks in advance of due date for Tender

Submission) i.e. before closing of business

hours on 04.11.14

Page 215: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 8 of 27

Attachment to Appendix FT-1

PROPOSED KEY DATE SCHEDUE FOR TENDER ‘RS13’

KeyDate No.

Description of StageWeeks from

commencementdate

1 Preliminary design completion 11

2 Pre – final and Final Design completion and Final DesignDocument Delivery.

2.3 Final design document delivery

2.3.1 Final design document delivery - Preliminary 70

4 Manufacture, Despatch and Delivery in Depot (for 36 ‘T+M’Units

4.1 12 No. (Excluding 1 No. Prototype) T+M unit for nominated Depotfor nominated Line

5 Depot testing and commissioning, Integrated Testing,Commissioning and Service Trials on section etc. (for 37 ‘T+M’Units

5.1 13 No. ‘T+M’ Unit (including 1 No. Prototype T+M unit) fornominated Depot for nominated Line

6 Manufacture, despatch and Delivery in Depot (for increasedquantities)

6.1 Up to 11 ‘DT+M’/ ‘T+M’ Units for nominated Depot for nominatedline

7 Depot testing and commissioning, Integrated Testing,Commissioning and Service Trials on section etc. (forincreased quantities)

2.1 Pre final design completion 24

2.2 Final design completion 36

2.3.2 Final design document delivery – Final 140

3 Manufacture and Delivery in Depot of Prototype ‘T+M’ Unit 70

78

4.2 12 No. ‘T+M’ Units for nominated Depot for nominated Line 88

4.3 12 No. ‘T+M’ Units for nominated Depot for nominated Line 98

86

5.2 12 No. ‘T+M’ Units for nominated Depot for nominated Line 96

5.3 12 No. ‘T+M’ Units for nominated Depot for nominated Line 106

108

7.1 Up to 11 ‘DT+M’/ ‘T+M’ Units in nominated Depot for nominated line 116

Page 216: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 9 of 27

Notes:1. The Key Date Nos. ‘1’, ‘2’ (‘2.1’, ‘2.2’, ‘2.3’ (‘2.3.1’ & ‘2.3.2’)), ‘3’, and ‘4’ (‘4.1’ to

‘4.3’) and ‘6’ (‘6.1’) are Minor key dates and Key Date Nos. ‘5’ (‘5.1’ to ‘5.3’) and‘7’ (‘7.1’) are Major key dates

2. The nominated Depot and Line for delivery and commissioning of cars will beadvised within 60 weeks of issuance of LOA.

3. Employer at its sole discretion may advise the Contractor about the change ofDepot and Line any time sixteen weeks before the scheduled Key date for‘Manufacture, dispatch and delivery in depot’.

4. Key Dates ‘6’ and ‘7’ above will be applicable (in part or full) for increasedquantities beyond the tender quantities i.e. 74 cars.

5. Engineer at his sole discretion will decide about substantial completion ofwork regarding Key Dates ‘1’ and ‘2’.

Page 217: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 10 of 27

FORM OF TENDER - APPENDIX FT-2

PRICING DOCUMENT

To be prepared from ‘Annexure ITT-2B’ (‘Tender Total’ and ‘Annexure ITT-2B-1’,‘Annexure ITT-2B-2’ and ‘Annexure ITT-2B-3’ to the ‘Instructions to Tenderers’). Thepricing document will form a part of Technical Package but with prices left blank. Thepricing Document along with price shall be included in Financial Package only.

Page 218: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 11 of 27

FORM OF TENDER - APPENDIX FT-3

OUTLINE QUALITY PLAN

The Tenderer shall submit as part of his Tender an Outline Quality Plan illustratingthe intended means of compliance with the Employer’s Requirements (Volume 3)and setting out in summary form an adequate basis for the development of themore detailed document required at the post award stage. The Outline Quality Planshall contain sufficient information to demonstrate clearly the proposed method ofachieving the Tenderer’s quality objectives with regard to the requirement of theContract.

The Tender may be requested to amplify, explain or develop its Outline QualityPlan prior to the date of acceptance of the Tender and to provide more details witha view to reaching provisional acceptance of such a Plan.

Overall responsibility for Quality assurance for manufacture, testing, commissioningand DLP shall be with the Consortium member based on whose experience andstrength, the tenderer has qualified for this tender

Page 219: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 12 of 27

FORM OF TENDER - APPENDIX FT-4

OUTLINE SAFETY PLAN

The Tenderer shall submit as part of his Tender an Outline System SafetyAssurance Plan which shall contain sufficient information to demonstrate clearly theTenderer's proposals for achieving effective and efficient safety procedures in thedesign, manufacture, transport, integrated testing and commissioning of cars onthe section. The Outline System Safety Assurance Plan should include an outlineof the safety procedures and regulations to be developed and the mechanism bywhich they will be implemented for ensuring safety including Hazard Analysis, FireControl, Electromagnetic compatibility/Electro-magnetic Interference Control,reliability, availability and maintainability as given in this Tender.

The Tenderer shall also include in the Outline Safety Plan sufficient information todemonstrate clearly the Tenderer’s proposal for the safety of the RollingStock/Plant/Equipment and personnel at the site. On the basis of this information,the Contractor shall develop a Detailed Site Safety Plan as given in this Tender.

The Outline System Safety Assurance Plan shall be headed with a formalstatement of policy in relation to safety and shall be sufficiently informative to definethe Tenderer's safety plans and set out in summary an adequate basis for thedevelopment of the Safety Plan to be submitted in accordance with the conditionsof this Tender.

The Tenderer may be requested to amplify, explain or develop its Outline SystemSafety Assurance Plan prior to the date of acceptance of the Tender and to providemore details with a view to reaching provisional acceptance of such a Plan.

Page 220: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 13 of 27

FORM OF TENDER - APPENDIX FT-5

OUTLINE ENVIRONMENTAL PLAN

The Tenderer shall submit as part of his Tender an Outline Environmental Planillustrating the intended means of compliance with the Employer’s Safety, Healthand Environment Manual and Employer's Requirements including noise standardsfor the cars. This shall form the basis for the development of the more detaileddocument to be submitted as per conditions of this Tender. The OutlineEnvironmental Plan shall contain sufficient information to demonstrate clearly theproposed method of achieving the Tenderer's environmental objectives with regardto the requirement of the Contract.

The Tenderer may be requested to amplify, explain or develop his OutlineEnvironmental Plan prior to the date of acceptance of the Tender and to providemore details with a view to reaching provisional acceptance of such a plan.

Page 221: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 14 of 27

FORM OF TENDER - APPENDIX FT-6

TENDERER’S TECHNICAL PROPOSALS

The Tenderer shall prepare his Technical Proposals based on the contents of ‘AnnexureITT-3’ to the ‘Instructions to Tenderers’

Page 222: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 15 of 27

FORM OF TENDER - APPENDIX FT-7

PROJECT MANAGEMENT PLAN

The Tenderer shall provide a Project Management Plan as required by paragraph C12 ofthe ‘Instructions to Tenderers’.

Page 223: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 16 of 27

FORM OF TENDER - APPENDIX FT-8

STRUCTURE OF THE TENDERER

STRUCTURE OF THE TENDERER

The Tenderer shall supply a chart particularising the structure of the Tenderer (identifyingall companies comprising the Tenderer in the event that the Tenderer is a joint venture orconsortium) and the ownership of each of the companies comprising the Tenderer,identifying all respective intermediate and ultimate holding companies.

COMPOSITION OF THE TENDERER

1. A notarised copy of Memorandum of Understanding (MOU) relating to thecomposition of the Tenderer shall be submitted. For guidance, if the Tenderer is ajoint venture or a consortium then the joint venture or consortium agreement is tobe submitted by the Tenderer. Should the Tenderer be an entity established or tobe established to tender for this Contract, details of the shareholders’ agreement orproposed shareholders’ agreement shall be supplied together with the percentageparticipation and percentage equity in the agreements.

2. The contractual arrangements and copies of agreements in relation thereto must,as a minimum, provide information on all members or participants involved, theirrespective participation in the Tenderer, the management structure, ownership andcontrol of the members or participants comprising the Tenderer and if, appropriate,the name of the member or participant who would have overall lead managementresponsibility for the Works, the registered addresses of all parties and the namesof their respective senior partners, chairmen or managing directors as appropriate.Such agreements should also reflect the joint and several liabilities of the membersto the Employer in the event that the Contract is awarded to them and provide“deadlock” provisions in the event that decisions of the joint venture or consortiumcannot be reached by unanimous agreement.

Page 224: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 17 of 27

3. “The tenderer shall confirm that the broad scope split of work amongst theConsortium/Joint Venture members shall be as hereunder:-

Work & Responsibility Partner Qualifying Local partner (if any)

1. DESIGN P X

2. ENGINEERING P X

3.QC for MANUFACTURING– OFF SHORE and ONSHORE

P X

4.MANUFACTURING – OFFSHORE

P X

5. MANUFACTURING – ONSHORE

S P

6. INTERFACIANG P X

7. TESTING ANDCOMMISSIONING

P S

8. DESIGN VALIDATION andTYPE TESTING

P X

9. WARRANTY SERVICES P S

10. PROJECTMANAGEMENT

P S

11. TRAINING (OFFSHORE& ONSHORE)

P X

12. MANUALS P S

P – RESPONSIBLE PARTNER – Primary Responsibility

S – SUPPORT PARTNER – Secondary Responsibility

X – NO ROLE

Note : The responsibilities as confirmed in the table above are independent of theinvoicing structure given in the pricing document (Annexure ITT-2B-1) of thefinancial package.

4. The Tenderer shall provide written confirmation that:

(a) The agreement or agreements submitted represent the entire agreementbetween the members or participants comprising the Tenderer as to theTenderer’s legal persona;

Page 225: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 18 of 27

(b) There is or are no other agreements relating to the Tenderer’sincorporation, powers or organization which may affect in any way hisability to carry out the Works; and

(c) No changes will be made to any such agreements during the tender periodor during the contract period (if contract awarded) without first obtaining theEmployer’s agreement to the proposed change or changes.

Page 226: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 19 of 27

FORM OF TENDER - APPENDIX FT-9

TENDER INDEX

The Tenderer shall include with his Tender a Tender Index. The Tender Indexshould indicate where within the Technical Package as well as Financial Package,the Tenderer has included his responses/comments to the Tender requirementsand conditions elaborated in these Tender documents.

Page 227: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 20 of 27

FORM OF TENDER - APPENDIX FT-10

FORM OF DECLARATION FOR NON-ENGAGEMENT OF ANY AGENT,MIDDLEMAN OR INTERMEDIARY

We hereby jointly and severally declare that the submission of this Tender confirms that noagent, middleman or any intermediary has been, or will be engaged to provide anyservices, or any other item or work related to the award and performance of this Contract.We further confirm and declare that no agency commission or any payment which may beconstrued as an agency commission has been, or will be paid and that the tender pricedoes not include any such amount. We acknowledge the right of the Employer, if he finds tothe contrary, to declare our Tender to be non-compliant and if the Contract has beenawarded to declare the Contract NULL and VOID.

SIGNATURE OF THE TENDERER

Page 228: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 21 of 27

FORM OF TENDER - APPENDIX FT-11

STATEMENT OF DEVIATIONS

(A) STATEMENT OF DEVIATIONS FROM THE INSTRUCTIONS TOTENDERERS (INCLUDING ANNEXURES) AND FORM OF TENDER(INCLUDING APPENDICES)

ClauseNumber

Details of Deviations Remarks explaining reasons fordeviations and why it may beconsidered by the employer

Note:

1. We hereby confirm that the pricing for unconditional withdrawal of the abovedeviations has been given in the financial bid.

2. We hereby confirm that all implicit and explicit deviations, comments andremarks mentioned elsewhere in our proposal shall be treated as NULL andVOID and stand withdrawn.

3. We hereby confirm that but for the deviations noted in this Appendix FT-11,our proposal is fully and truly compliant.

SIGNATURE OF TENDERER

Page 229: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 22 of 27

(B) STATEMENT OF DEVIATIONS FROM THE GCC AND SCC

ClauseNumber

Details of Deviations Remarks explaining reasons fordeviations and why it may beconsidered by the employer

Note:

1. We hereby confirm that the pricing for unconditional withdrawal of the abovedeviations has been given in the financial bid.

2. We hereby confirm that all implicit and explicit deviations, comments andremarks mentioned elsewhere in our proposal shall be treated as NULL andVOID and stand withdrawn.

3. We hereby confirm that but for the deviations noted in this Appendix FT-11, ourproposal is fully and truly compliant.

SIGNATURE OF TENDERER

Page 230: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 23 of 27

(C) STATEMENT OF DEVIATIONS FROM THE EMPLOYER’S REQUIREMENT-GENERAL SPECIFICATIONS AND TECHNICAL SPECIFICATIONS

ClauseNumber

Details of Deviations Remarks explaining reasons fordeviations and why it may beconsidered by the employer

Note:

1. We hereby confirm that the pricing for unconditional withdrawal of the abovedeviations has been given in the financial bid.

2. We hereby confirm that all implicit and explicit deviations, comments andremarks mentioned elsewhere in our proposal shall be treated as NULL andVOID and stand withdrawn.

3. We hereby confirm that but for the deviations noted in this Appendix FT-11, ourproposal is fully and truly compliant.

SIGNATURE OF TENDERER

Page 231: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 24 of 27

FORM OF TENDER - APPENDIX FT-12

DELETED

Page 232: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 25 of 27

FORM OF TENDER - APPENDIX FT-13

FORM OF CERTIFICATE CONFIRMING RECEIPT OF ALL TENDER ADDENDA

This is to certify that we, M/S [* Name of the Company]have received all Tender Addenda to Tender ‘RS13’, as listed below:

1. Addendum No. …………

2. …………………………..

3. …………………………..

4. ……………………………

.

.

.

SIGNATURE OF TENDERER

* In case of a joint venture or consortium, to be submitted by each constituent member.

Page 233: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 26 of 27

FORM OF TENDER - APPENDIX FT-14

FORM OF CERTIFICATE CONFIRMING SUBMISSION OF ALL DOCUMENTSOF FINANCIAL PACKAGE IN THE TECHNICAL PACKAGE WITH PRICES

LEFT BLANK

1. This is to certify that the copy of all the documents of Financial Package, submitted withthe Technical Package, is a True Copy of the Financial Package with prices left blank.

2. It is further certified that there are no additional comments, remarks, deviations, termsand conditions in our Financial Package and even if it is there, it shall be treated asNULL and VOID and stand unconditionally withdrawn without any financial implications.

SIGNATURE OF TENDERER

Page 234: TENDER ‘RS13’ - Delhi Metrodelhimetrorail.com/otherdocuments/813/Volume-1.pdf · (hereinafter referred to as JICA) ... including the disbursement procedures and the “Guidelines

DMRC Tender ‘RS13’ Form of Tender

Page 27 of 27

FORM OF TENDER – APPENDIX FT – 15

FORM OF CERTIFICATE CONFIRMING CAREFUL EXAMINATION OF ALL THECONTENTS OF TENDER DOCUMENTS AND SIGNING OF ALL PAGES OF

TENDERER’S PROPOSAL

This is to certify that we, M/S [*Name of thecompany] have carefully examined all the contents of the Tender Documents includingTender Addenda (if any) and all the pages of our proposal have been signed and stamped(by each constituent member in case of a joint venture or consortium).

SIGNATURE OF TENDERER

*In case of a joint venture or consortium, to be submitted by each constituent member.