NOTICE INVITING TENDER

Similar documents
TENDER PACKAGE NO. MEGA/CONS/VDCT+STNS/R2/E-W/2016 VOLUME I NOTICE INVITING TENDER

Notice Inviting Tender (NIT)

MEGA/GD & AD/MP-L2/ 2016

TENDER NOTIFICATION NO. MEGA/GD & AD/MP-L3/2016

TENDER NOTIFICATION NO. MEGA/GD & AD/MP-L5R/2018

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

TENDER NOTIFICATION NO. MEGA/GEOTECH/ELEV-VDCT, STNS & DEPOT/N-S/PH-2/2018

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: LKCC- 02 (R)

NOTICE INVITING TENDER (NIT)

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

NOTICE INVITING TENDER (NIT)

CONTRACT NO: LKDD- 02

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (e-tender)

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

NOTICE INVITING TENDER (NIT)

NOTICE INVITING e-tender (NIT)

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

NOTICE INVITING TENDER (NIT)

TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT)

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

NOTICE INVITING TENDER (NIT) (e-tender)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) (e-tender)

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: CC-131

INVITATION OF GLOBAL/OPEN BIDS

Construction and development of Parking at stations and miscellaneous works at Noida-Greater Noida Metro Corridor and Depot CONTRACT NO: NC-10

NOTICE INVITING TENDER (NIT) e-tender

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

DELHI METRO RAIL CORPORATION LIMITED

BIDDING DOCUMENTS MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ)

CONTRACT NO: OCW-148. Supply, Erection and Fixing of view cutter over viaduct between Mandi House and Pragati Maidan Metro Station.

Installation of Anti Bird Nesting PVC net in depot & main line OHE Masts and Portals.

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

NOTICE INVITING TENDER (NIT) INR Crore

Setting up & Operation of 24x7 IVRS Helpline for Delhi Metro Rail Corporation Ltd.

Maintenance Contract for providing and replacement of damaged toughened glasses at NDRU, SJSU, DKV, DACY & APOT stations of Airport Line.

DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of INDIA & GNCTD) Tender Document

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

Delhi Metro Rail Corporation Limited. (A joint venture of Government of India & Government of Delhi)

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement (Volume-3).

CONTRACT NO: OCW-61. Notice Inviting Tender (NIT) DELHI METRO RAIL CORPORATION LTD.

MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT NO: -MM3-CBS-REL-PYL BIDDING PROCEDURE SECTION-I NOTICE INVITING TENDER MARCH 2017

NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED

EVALUATION CRITERIA. A. Financial Capability

Our Ref: DMRC/Kochi/ 02/204/KEDD-01 Date: 10 th April 2013

Delhi Metro Rail Corporation Limited. (A joint venture of Government of India & Government of Delhi)

NO. DOCUMENT IN PLACE OF PLEASE READ AS

CONTRACT NO: DMRC/ENV/ISO/50001/275/2017/01

FACILITY MANAGEMENT SERVICE For PD area at Huda City Centre Metro Station CONTRACT NO: CPD-49 NOTICE INVITING TENDER (NIT)

Enlistment of Contractors / Firm for Construction work related to Metro Rail and Infrastructure Projects.

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

West Bengal State Electricity Transmission Company Limited

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name

CONTRACT NO: OCH-158. Maintenance of horticulture works at Depot, Staff Quarters and RSS at Sarita Vihar. Notice Inviting Tender (NIT)

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING)

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68.

HOOGHLY RIVER BRIDGE COMMISSIONERS

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

CONSTRUCTION OF 220/132 KV GIS SUBSTATION AT EGRA, DISTRICT-PURBA MEDINIPUR (Package-25)

BIDDING DOCUMENTS FOR DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 378 NOS. OF STANDARD GAUGE CARS FOR MUMBAI METRO PROJECT

NOTICE INVITING TENDER (NIT) E Tender No. NMRC/Stn./Housekeeping/22/2018/HK-C1. Description

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

CONTRACT:CC-18 J TENDER DOCUMENTS

Draft for consultation on Tender document for deployment of Wi-Fi hotspots and Wi-Fi offload solution in BSNL on turnkey basis Page 1 of 5

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Metro-Link Express for Gandhinagar and Ahmedabad (MEGA) Co. Ltd.

BANGALORE INTERNATIONAL AIRPORT LIMITED INFORMATION DOCUMENT

THE COTTON CORPORATION OF INDIA LTD. CBD BELAPUR, NAVI MUMBAI.

W-1-18/GMTDR/e-TENDER-109/ Supply of Office Stationery / BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT DINHATA, DISTRICT COOCHBEHAR. (Packge-38)

SPORTS AUTHORITY OF INDIA SAI TRAINING CENTRE, AQUATIC COMPLEX, THRISSUR=

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

GUJARAT RAIL INFRASTRUCTURE DEVELOPMENT CORPORATION LTD. (A JV of Government of Gujarat and Ministry Of Railways)

INDIAN INSTITUTE OF SCIENCE BENGALURU

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

NOTICE INVITING TENDER CONTENTS CLAUSE DESCRIPTION PAGE 1.1 GENERAL ELIGIBLITY CRITERIA CLEANING OF ROLLING STOCK (METRO TRAIN COACHES) 7

Transcription:

TENDER NOTIFICATION NO. MEGA/CONS/STNS/N-S/PKG-4B/2016 CONSTRUCTION OF ELEVATED METRO RAIL STATIONS FIVE (5) NUMBERS INCLUDING VIADUCT PORTION WITHIN THE STATIONS AND TRANSITION SPANS ON EITHER SIDE OF THE STATIONS (MOTERA, SABARMATI, AEC, SABARMATI RAILWAY STATION AND RANIP) FOR PKG 4B (PACKAGE-4B) OF NORTH-SOUTH CORRIDOR FOR AHEMADABAD METRO RAIL PROJECT PHASE-I TENDER NO.: MEGA/CONS/STNS/N-S/PKG-4B/2016 VOLUME 1 NOTICE INVITING TENDER Metro-Link Express for Gandhinagar and Ahmedabad (MEGA) Company Ltd. (A Joint Venture of Govt. of Gujarat and Govt. of India) Block No.1, First Floor, Karmayogi Bhavan, Behind Nirman Bhavan, Sector 10/A, Gandhinagar: 382010, Gujarat, India Corporate Identification No (CIN): U60200GJ2010SGC059407 MEGA February 2016 Page 1 of 11

Notice Inviting Tender () Published in Newspaper: PRESS NOTIFICATIONS Metro-Link Express for Gandhinagar& Ahmedabad (MEGA) Company Ltd. (A Joint Venture of Govt. of Gujarat and Govt. of India) Block No.1, First Floor, Karmayogi Bhavan, Behind NirmanBhavan, Sector 10/A, Gandhinagar: 382010, Gujarat, India TENDER NOTIFICATION No: MEGA/CONS/STNS/N-S/PKG-4B/2016 Dated: 10th February, 2016 Sealed Tenders are invited from reputed and experienced contractors for the work of Construction of Elevated Metro Rail Stations Five (5) Numbers Including Viaduct Portion Within the Stations and Transition Spans On Either Side of the Stations (Motera, Sabarmati, AEC, Sabarmati Railway Station and Ranip) for Pkg- 4B of North-South Corridor for Ahmedabad Metro Rail Project Phase-I". The interested Tenderers may purchase the tender documents from MEGA s office during office working hours between 11=00 AM to 06=00 P.M from 16-02-2016 to 28-03-2016 and between 11=00A.M. to 12=00 noon on 29-03-2016, on Payment of non-refundable fee of Rs. 50,000/- (Rupees Fifty thousand) only, in the form of Demand Draft/Pay order/banker s Cheque drawn in favour of Metro-Link Express for Gandhinagar and Ahmedabad (MEGA) Company Ltd. payable at Gandhinagar (Gujarat). Any alternations in Eligibility Criteria cum Qualification Requirement, and terms of the Tender Document, or any amendment to the Tender Document, etc. will be uploaded on MEGA s official website and individually intimated to the tenderers only, who have purchased the Tender Documents, without any obligation or press notification or other proclamation. For further details including, eligibility criteria, etc. please log on to our web site www.gujaratmetrorail.com. Sd/- Managing Director MEGA, Gandhinagar MEGA February 2016 Page 2 of 11

TENDER NOTIFICATION NO. MEGA/CONS/ STNS/N-S/PKG-4B/2016 Dated: 10-02-2016 1.1 GENERAL NOTICE INVITING TENDER Metro-Link Express for Gandhinagar and Ahmedabad (MEGA) Company Limited invites Open Tenders from eligible applicants who fulfil qualification criteria as stipulated in Clause 1.1.3 of, for the work, Construction of Elevated Metro Rail Stations Five (5) Numbers Including Viaduct Portion Within the Stations and Transition Spans On Either Side of the Stations (Motera, Sabarmati, AEC, Sabarmati Railway Station and Ranip) for Pkg- 4B of North-South Corridor for Ahmedabad Metro Rail Project Phase-I". 1.1.1 Name of the Work and Scope of work in brief: Name: Construction of Elevated Metro Rail Stations Five (5) Numbers Including Viaduct Portion Within the Stations and Transition Spans On Either Side of the Stations (Motera, Sabarmati, AEC, Sabarmati Railway Station and Ranip) for Pkg- 4B of North-South Corridor for Ahmadabad Metro Rail Project Phase-I" 1.1.2 Key Details: Approximate cost of work INR 220 Crores (Rs.2200 Millions) Completion period of work 28 months Date of issue of Tender Notification 10-02-2016 Cost of Tender Document INR 50,000/-(Fifty thousand) only (Demand Draft/Pay order/banker s Cheque in favour of Metro-Link Express for Gandhinagar and Ahmedabad (MEGA) Company Ltd. payable at Gandhinagar (Gujarat) Tender Security Amount INR 2.20 Cr. (Rs. Two Crore Twenty Lacs) only (In case of JV the Tender Security must be in the name of JV) Date of issue of Tender Document On all working days between 16-02-2016 to 28-03-2016 (11:00 Hrs to 18:00 Hrs) and on 29-03-2016 (11:00 Hrs to 12:00 Hrs only) Last date of Submission of Queries/clarifications 25-02-2016 from Tenderers Pre bid conference/meeting to be held 29-02-2016 Last date for issuance of clarification(s) and /or 08-03-2016 Addendum(s) from MEGA to Tenderers MEGA February 2016 Page 3 of 11

Last Date of Submission of filled-in Tender by Tenderer Opening of QCT Package and Tender Security. Financial Package (unopened) will be kept sealed with MEGA Authority and place for purchase of tender documents, seeking clarifications and submission of completed tender documents 29-03-2016 till 15.00 Hrs (IST) 29-03-2016 at 15.30 Hrs (IST) Managing Director (Attn: AGM Procurement) Metro-Link Express for Gandhinagar and Ahmedabad (MEGA) Company Ltd. Block No.1, First Floor, Karmayogi Bhavan, Behind Nirman Bhavan, Sector 10/A, Gandhinagar: 382010, Gujarat, India Consequent upon the tenderer having deposited the cost of the Tender Documents Rs. 50,000/- (Indian Rupees Fifty thousand only) for the work Construction of Elevated Metro Rail Stations Five (5) Numbers Including Viaduct Portion Within the Stations and Transition Spans On Either Side of the Stations (Motera, Sabarmati, AEC, Sabarmati Railway Station and Ranip) for PKG-4B of North-South Corridor for Ahmedabad Metro Rail Project Phase-I"; the tender documents describing the Qualifying requirements, Scope of Work and the Terms and Conditions of Contract, etc. as detailed below shall be issued. 1.1.3 QUALIFICATION CRITERIA 1.1.3.1 Eligible Applicants: i. The tenders for this contract will be considered only from those tenderers (proprietorship firms, partnerships firms, companies, corporations, consortia or joint ventures) who meet requisite eligibility criteria prescribed in the sub-clauses of Clause 1.1.3 of. In the case of a JV or Consortium, all members of the Group shall be jointly and severally liable for the performance of whole contract. The maximum permissible number of members in the Joint Venture (JV)/Consortium shall be two. ii. (b) (a) A non-indian firm is permitted to tender only in a joint venture or consortium arrangement with any other Indian firm having minimum participation interest of 26% or their wholly owned Indian subsidiary registered in India under Companies Act 2013 with minimum 26% participation & the foreign partner should have done Similar type of work in India having minimum value Rs. 88 Cr. A tenderer shall submit only one bid/tender in the same tendering process, either individually as a tenderer or as a partner of a JV. A tenderer who submits or participates in, more than one bid/tender will cause all of the proposals/tenders in which the tenderer has participated to be disqualified. No tenderer can be a subcontractor while submitting a bid individually or as a partner of a JV in the same bidding process. A tenderer, if acting in the capacity of subcontractor in any bid, may participate in more than one bid, but only in that capacity. MEGA February 2016 Page 4 of 11

iii. (a) (b) (c) iv. Tenderers shall not have a conflict of interest. All Tenderers found to have a conflict of interest shall be disqualified. Tenderers shall be considered to have a conflict of interest with one or more parties/members in this bidding process, if: a tenderer has been engaged by the Employer to provide consulting services for the preparation related to procurement for implementation of the project. a tenderer is any associate/affiliate (inclusive of parent firms) of the firm mentioned in subparagraph (a) above; or a tenderer lends, or temporarily seconds its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for implementation of the project, if the personnel would be involved in any capacity on the same project. A firm, who has purchased the tender document in their name, can submit the tender either as Individual firm or in Joint-Venture/Consortium. However, the no. of partners/members in a joint venture/consortium should not be more than two and tender should be purchased in the name of any of the member or the Joint Venture, itself. However, the lead partner/ member in case of JV shall be the one who has experience in execution of work as defined in similar works in Minimum Eligibility criteria and non lead member of the JV must have experience in Construction Industry. v. (a) Lead partner/member must have more than 50% participation in the JV/Consortium. However, the non lead member/s should have minimum of 26% participation in the JV/Consortium in individual capacity. Maximum two members (including lead member) are allowed in the JV/Consortium. (b) (c) vi. vii. [Not used] In case of JV/Consortium, change in constitution or percentage participation shall not be permitted at any stage after their submission of application/tender, otherwise, the applicant/tenderer shall be treated as non-responsive. Any Central/State Government Department/Public Sector Undertaking/ other Government Entity or Statutory local body must not have banned business with the tenderer (any member in case of JV) and such ban/debarment (if any) should not be existing as on the date of tender submission. The tenderer should submit undertaking to this effect in relevant Form of Tender. Tenderer (any member in case of JV) must not have paid liquidated damages of 10% (or more) of the contract value in a contract due to delay or penalty of 10% (or more) of the contract value due to any other reason during last five years. The tenderer should submit undertaking to this effect in relevant Form of Tender. 1.1.3.2 Minimum Eligibility Criteria: A. Work Experience. The tenderers (Sole Tenderer or Lead member in case of JV) will be MEGA February 2016 Page 5 of 11

qualified only if they have completed work(s) during last seven years ending 31-01-2016 as given below: (i) (ii) (iii) At least one contract for similar work * of value of Rs. 176 crores or more. Or Two contracts for similar works * each of value of Rs. 110 crores or more. Or Three contracts for similar works * each of value of Rs. 88 crores or more. If the bidder/tenderer is a JV/Consortium and has a foreign partner and above work(s) have been done by the foreign partner of JV and such work(s) were done in the country of the foreign partner, then in addition to this, the foreign partner must have done at least one contract-work of value of Rs. 88 crores or more of similar nature, that is, any Civil Engineering work of Infrastructure related project (which may not be similar works *) in India. Similar works for this contract shall mean the (including finishing works and services for these buildings) work of Metro Stations or Suburban Stations or Railway Stations / Airport Terminal Building of comparable magnitude will be treated as similar work) Notes: The tenderer shall submit details of works executed by them in the Proforma of FOT and or Annexure attached for the works to be considered for qualification of work experience criteria. Documentary proof such as completion certificates from client indicating the nature/scope of work, actual completion cost and actual date of completion of such work should be submitted. The offers submitted without this documentary proof shall not be evaluated. In case the work is executed for private client (That is a non-government entity, which may be Private Limited or Public Limited Companies, Joint Venture/Consortium of reputable members/partners or any statutorily established Special Purpose Vehicle(SPV) or any foreign Incorporated Company), copy of work order, bill of quantities, bill wise details of payment received certified by C.A.(Chartered Accountant/Auditors), T.D.S.(Tax Deducted at Source along with TAN No. of Deductor/Client) certificate for all payments received and copy of final/last bill paid by client shall be submitted. Value of successfully completed portion of any ongoing work up to 31-01-2016 will also be considered for qualification of work experience criteria, provided at-least 90% of the Contract Value of Work is completed. For completed works, value of work done shall be updated to 31-01-2016 price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year. The exchange rate of foreign currency shall be applicable 28 days before the last date of submission of tender. In case of Joint Venture/Consortium, full value of the work, if done by the same joint venture shall be considered. However, if the qualifying work(s) were done by them in JV/Consortium having MEGA February 2016 Page 6 of 11

different constituents, then the value/quantity of work as per their percentage participation in such JV/Consortium (of which experience/turn-over is claimed) shall be considered (Unless otherwise certified by the Client furnishing exact value/quantity of work done by the subject member/partner of the JV/Consortium). B. Key Experience: Tenderer must have carried out (i) (ii) Tenderer or nominated sub-contractor as mentioned in the tender bid document by the Tenderer should have executed 33000 meter of piling (Done with Hydraulic rig) of 1000 mm dia or more in all executed works in last Five years ending 31.01.2016. The tenderer or proposed sub-contractor as mentioned in the tender bid document by the Tenderer should have executed E&M Works like Fire Detection/Alarm/Suppression Systems, Electrical Distribution, Lighting (low voltage), HVAC and Plumbing works of value of not less than Rs.12 (Twelve) Crores in maximum number of five Contracts during the last seven years ending 31.01.2016, in all executed works. (Client s certificate in favour of the tenderer or his approved/proposed sub-contractor shall be submitted). NOTE: The above works mentioned above should have been carried out by tenderer either in his own name or as a member of joint venture in any of work/works [which may not compulsorily be from the works of the experiences shown/furnished under Para 1.1.3.2 A. (i) or (ii) or (iii) ]. The eligibility of the bidder will be considered to the proportion of his percentage in claimed JV for the purpose of the key experience (Unless otherwise certified by the Client furnishing exact value/quantity of work done by the subject member/partner of the JV/Consortium) For Clause 1.1.3.2 A and 1.1.3.2 B(i) B(ii) and B(iii), Clear and unambiguous Certificates (in English) from the Clients should be submitted duly indicating the Contract reference, Percent participation of each member in case the work was carried out as group, scope of work, completion cost, date of start, date of completion as per contract, Actual/extended date of completion, reason for the delay etc., Applications containing deficient information, certificates are liable to be rejected. Certified copies of Client s (duly signed) Certificates shall be notarized by the Notary Public. All the supporting submittals are to be self attested also by the Tenderer. In Para A above, Completed work means even ongoing works where the required similar work has been physically completed in all respects but may not have been put into commercial operation. They are to be supported by the Client s Certificate(s) / Agreement / Work Order copy along with the Application/Tender submission. C. Financial Standing: The tenderers will be qualified only if they have minimum financial capabilities as below: (i) T1 Liquidity: It is necessary that the firm can withstand cash flow requirement that the contract will MEGA February 2016 Page 7 of 11

require, until payments received from the Employer. Liquidity therefore becomes an important consideration. This shall be seen from the balance sheets and/or from the banking reference. Net current assets and/or documents including banking reference, should show that the applicant has access to or has available liquid assets, lines of credit and other financial means to meet cash flow of Rs.15 (Fifteen) Crores (for three months cash flow for this contract, net (excluding) of applicant s commitments for other Contracts. Banking reference (As per given Performa annexure -8 of EC&QR) should contain in clear terms the amount that bank will be in a position to lend for this work to the applicant/member of the Joint Venture/ Consortium. In case the Net Current Assets (as seen from the Balance Sheets) are negative, only the Banking references will be considered. Otherwise the aggregate of the Net Current Assets and submitted Banking references will be considered for working out the Liquidity. The banking reference should be from a Scheduled Bank in India or (in case of foreign parties) from an international bank of repute acceptable to MEGA and it should not be more than 3 months old as on date of submission of bids. In Case of JV- Requirement of liquidity is to be distributed between members as per their percentage participation and every member should satisfy the minimum requirement. Example: Let member-1 has percentage participation=m and member-2 has percentage participation=n. If minimum liquidity required is W, then liquidity of member-1 W M and liquidity of member-2 W N 100 100 (ii) T2 Profitability: Profit before Tax should be Positive in at least 2 (two) years out of the last five audited financial years. In Case of JV; the profitability of each member shall be evaluated. (iii) T3 Net Worth: Net worth of tenderer during last audited financial year should be > Rs. 20 (Twenty) crores. In case of JV- Net worth will be based on the percentage participation of each member. Example: Let Member-1 has percentage participation = M and Member-2 has = N. Let the Net worth of Member-1 is A and that of Member-2 is B, then the Net Worth of JV will be = AM+BN 100 (iv) T4 Annual Turnover: The average annual turnover from construction works of last five financial years should be Rs. 76 (Seventy Six) crores. Last 5 years would be from 2010-11 to 2014-15 for this purpose. The average annual turnover of JV will be based on percentage participation of each member. Example: Let Member-1 has percentage participation=m and Member -2 has = N. Let the average annual turnover of Member-1 is A and that of Member-2 is B, then the average annual turnover of JV will be MEGA February 2016 Page 8 of 11

= AM+ BN 100 Notes: Financial data for latest last five audited financial years has to be submitted by the tenderer in relevant form of FOT along with audited balance sheets. The financial data in the prescribed format shall be certified by Chartered Accountant with his stamp and signature. In case audited balance sheet of the last financial year is not made available by the bidder/tenderer, he has to submit an affidavit certifying that the balance sheet has actually not been audited so far. In such a case the financial data of previous 4 audited financial years will be taken into consideration for evaluation. If audited balance sheet of any year other than the last year is not submitted, the tender will be considered as non-responsive. Where a work has been earlier undertaken in a JV/Consortium, only that portion of the contract which has been undertaken by the concerned applicant/member should be indicated and the remaining done by the other members of the group be excluded. This is to be substantiated with documentary evidence. 1.1.3.3 Bid Capacity Criteria: Bid Capacity: The tenderers will be qualified only if their available bid capacity is more than the approximate cost of work as per. Available bid capacity will be calculated based on the following formula: Available Bid Capacity = 2*A*N B Where, A = Maximum of the value of construction works executed in any one year during the last five financial years only audited value as certified by Chartered Accountant and as contained in the corresponding Audited Annual account Statement/Book of accounts of the concerned financial year to be considered and will be updated to 31-01-2016 price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year. N = No. of years prescribed for completion of the work (2 years 4 months). B = Value of existing commitments (as on 31-01-2016) for on-going construction works during period of 28 months with effect from 01-04-2016. Notes: Financial data for latest last five financial years has to be submitted by the tenderer in relevant form of FOT along with audited financial statements. The financial data in the prescribed format shall be certified by the Chartered Accountant with his stamp and signature in original. Value of existing commitments for on-going construction works during period of 28 months has to be submitted by the tenderer in relevant sections of FOT and or Annexure attached for the same. These data shall be certified by the Chartered Accountant with his stamp and signature. In the case of a JV, the above formula will be applied to each member to the extent of his proposed MEGA February 2016 Page 9 of 11

participation in the execution of the work. If the proposed % participation is not mentioned then equal participation will be assumed. 1.1.3.4 The tender submission of tenderers, who do not qualify the minimum eligibility criteria & bid capacity criteria stipulated in the clause 1.1.3.2 A, B & C and 1.1.3.3 above, shall not be considered for further evaluation and therefore rejected. The mere fact that the tenderer is qualified as mentioned in sub clause 1.1.3.2A shall not imply that his bid shall automatically be accepted. The same should contain all technical data as required for consideration of tender as prescribed in the ITT. 1.1.3.5 The section from Vastral Gam to Apparel Park having viaduct and elevated stations has been declared as priority section to be commissioned first in a limited period. The contract for viaduct and Four stations for North-South corridor from APMC to Shreyas has already been awarded and the contractor is already in position. The contract for Gyaspur Depot has already been awarded and the contractor is already in position. The Contract for Viaduct from Ranip to Motera Stadium has already been awarded and the contractor is already in position. 1.1.4 Tender Documents comprise: Volume 1 Notice Inviting Tender () Instructions to Tenderers (ITT) Eligibility Criteria cum Qualification Requirement Form of Tender including all supplemental and additional submissions of Tenderers Volume 2 General Conditions of Contract Special Conditions of Contract Schedules to Special Condition of Contract Volume 3 Employer s Requirement General Specifications Employer s Requirement Technical Specifications (including Scope of Work) Volume 4 Financial Package including Preamble to Price Part and Bill of Quantities. Volume 5 Tender Drawings Geotechnical Investigation Reports Utility Investigation Reports, drawings and Charts. Volume 6 Safety, Health & Environment Manual. 1.1.5 The contract shall be governed by the documents listed in Para 1.1.4 above and other documents MEGA February 2016 Page 10 of 11

mentioned in these documents. 1.1.6 The tenderers may obtain further information/clarification, if any, in respect of these tender documents from the office of Managing Director, [Attn: AGM (Procurement)] Metro-Link Express for Gandhinagar and Ahmedabad (MEGA) Company Ltd., Block no.1, First Floor, Karmayogi Bhavan, Behind Nirman Bhavan, Sector 10/A, Gandhinagar 382010, Gujarat, India., Gujarat. 1.1.7 All tenderers are hereby cautioned that tenders containing any material deviation or reservations as described in Clause E 4.0 of Instructions to Tenderers and/or minor deviation without quoting the cost of withdrawal shall be considered as non-responsive and is liable to be rejected. 1.1.8 Late tenders (received after date and time of submission of bid) shall not be accepted under any circumstances. 1.1.9 Tenders shall be valid for a period of 150 days from the last date of submission of Tenders and shall be accompanied with a Tender Security of the requisite amount as per relevant form of Tender in the form of a Bank Guarantee from Scheduled Commercial Bank in India. 1.1.10 MEGA reserves the right to accept or reject any or all proposals without assigning any reasons. No tenderer shall have any cause of action or claim against the MEGA for rejection of his proposal. 1.1.11 If any Scheduled event(s) of tender activity falls on public holiday, then the same will be conducted on the next working day at the same mentioned time. 1.1.12 Any alterations in Eligibility Criteria cum Qualification Requirement, and terms of the Tender Document, or any amendment to the Tender Document, etc. will be uploaded on MEGA s official website and individually intimated to the prospective Applicants/Tenderers only, who have purchased the Tender Documents, without any obligation of press notification or other proclamation. 1.1.13 The Tenderers may please log on to our web site < www.gujaratmetrorail.com > Our Contact person for this tender is AGM-(Procurement) with mail-id agmconstprocure1@gujaratmetrorail.com Sd/- Managing Director MEGA, Gandhinagar MEGA February 2016 Page 11 of 11