DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

Similar documents
CONTRACT:CC-18 J TENDER DOCUMENTS

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

"Refilling of Argonite Gas cylinders (300 Bar, 80 Ltr ) in Airport Line"

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

CONTRACT NO: CCM-77/2016 VOL-I DELHI METRO RAIL CORPORATION LTD.

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

CONTRACT NO: CCM-57/2016 VOL-I DELHI METRO RAIL CORPORATION LTD.

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

FILE NO. D-15017/12/2016/GENERAL GOVERNMENT OF INDIA DIRECTORATE GENERAL OF CIVIL AVIATION, OPPOSITE SAFDARJUNG AIRPORT, NEW DELHI

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

CPP Portal Tender ID: 2016_DoPTG_109745_1

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

NOTICE INVITING TENDER (NIT)

CPP Portal Tender ID: 2017_DoPTG_246667_1

E-procurement Tender Notice

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: CC-131

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

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

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

NOTICE INVITING TENDER (NIT)

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

NOTICE INVITING TENDER (NIT) INR Crore

NOTICE INVITING TENDER (NIT) e-tender

BIDDING DOCUMENT. For. Procurement of Goods. USIC/2016/Annual maintenance contract for Bruker Discover D8 X-ray diffractometer

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

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

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

NOTICE INVITING TENDER (NIT) (e-tender)

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

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

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED

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

NOTICE INVITING e-tender (NIT)

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

E-TENDER FOR HIRING OF COMMERCIAL VEHICLE (NON-AC CAR) ON MONTHLY DUTY AT STPI-KOLKATA

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

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

Bid Document Procurement of Track Machines

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

2. Receipt of Bids : Latest by 2.00 pm on Technical Bid Opening : at 2.30 pm on

Date: Ref. No.: AAI/GY/SME (E)/eNIT- 09/Solar/ NOTICE INVITING e-tender Tender ID _ 2017_AAI_ Item rate tenders are invited

NOTICE INVITING TENDER (e-tender)

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

AIRPORTS AUTHORITY OF INDIA CHENNAI INTERNATIONAL AIRPORT, CHENNAI DEPARTMENT OF OPERATIONS NOTICE INVITING E-TENDER

NOTICE INVITING TENDER (NIT)

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

ICAR-NATIONAL BUREAU OF PLANT GENETIC RESOURCES PUSA CAMPUS, NEW DELHI

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

Tender for supply of Course Material-Books. Ref: CDACH/Pur/17/CM/0817 Date: September 4, 2017

DELHI METRO RAIL CORPORATION LIMITED

Notice Inviting Tender for Supply, Installation & Commissioning of Box Compression Tester

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

NOTICE INVITING e-tender (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIET No GM/TECH/TSECL/18-19/ 23 Dated- 08/03/2019

ONLINE TENDER DOCUMENT SECURITY SERVICES TENDER.

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

AIRPORTS AUTHORITY OF INDIA R.G. Bhawan, New Delhi IMU-(ELECTRICAL ENGINEERING WING) TENDER DOCUMENT

Sub: Tender for printing of Green Good Deeds(GGDs) Diaries (Multicolour) for Ministry of Environment, Forest and Climate Change- reg.

INVITATION OF GLOBAL/OPEN BIDS

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

QUOTATION ENQUIRY HOSTEL FURNITURE

NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIT No TSECL/Corp. Office/16-17/31 Date:

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

GOA INTERNATIONAL AIRPORT E&M DEPARTMENT GOA. Ref. No.:- AAI/GOA/MT/HIRING/2018 DT:

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

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

Tender Document for providing Manpower Services at CBSE Regional Office, Bhubaneswar

Document Download Start Date & time (e-tender) Lac at Hrs

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

Chennai Metro Rail Limited, Chennai ,India.

STATE BANK OF INDIA ZONAL OFFICE, SILIGURI 3RD FLOOR, SKY STAR BUILDING SEVOKE ROAD, SILIGURI WEST BENGAL

CONTRACT NO: LKDD- 02

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: PANCHKULA

UNIVERSITY OF DELHI DELHI

ICAR-NATIONAL BUREAU OF PLANT GENETIC RESOURCES PUSA CAMPUS, NEW DELHI

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE REGION III, KHARAGPUR E-TENDER NOTICE FOR TENDER NO. SBI/ZO/HOW/RBO-III/ /ET-268 DATE:

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /LIFT-

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE: V (GROUND FLOOR) JEEVAN SUDHA BUILDING, J. L. NEHRU ROAD, ZONAL OFFICE: SOUTH 24 PGS, KOL

Tender No: A Notice Inviting Bid (E-Tender)

ZONAL OFFICE - SILIGURI, 3RD FLOOR SKY STAR BUILDING, SEVOKE ROAD, SILIGURI E-TENDER NOTICE FOR

DELHI METRO RAIL CORPORATION LIMITED

TENDER NOTICE FOR E-REVERSE AUCTION

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

E-REVERSE AUCTION. TENDER NO. SBI/LHO/KOL/P&E/ /ET-46&49 dtd 05/ DATE:

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL

AIRPORTS AUTHORITY OF INDIA

E-Tender Document for Procurement of Internet Services for CERT-In

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /ET-

F. No. S/43-363/ MTO JNCH Date: E-TENDER NOTICE

QUOTATION ENQUIRY LAB FURNITURE. No :- IIT Mandi/S&P/PUR-103/ /

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

NOTICE INVITING e-tender

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Chennai Metro Rail Limited, Chennai ,India.

Transcription:

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Annual Rate Contract for Repair of ECS, Fire, PTM and Other Horizontal Casing Pumps of underground metro stations of DMRC. TENDER DOCUMENT VOLUME-I NOTICE INVITING TENDER SCOPE OF WORK TENDER PRICES AND SCHEDULE OF PAYMENT No. DMRC/E&M/UG/Fire/PTM/Pumps Page 1 of 11

1.1 GENERAL SECTION 1 NOTICE INVITING TENDER (e-tender) Delhi Metro Rail Corporation (DMRC) Ltd. Invites sealed open e-tenders (two bid) from eligible applicants, who fulfill the qualification criteria as stipulated in clause no. 1.2 of NIT, for the work, Annual Rate Contract for Repair of ECS, Fire, PTM and Other Horizontal Casing Pumps of underground metro stations of DMRC. 1.1.1 The details of the Tender are as per following: Approximate cost of work : Rs. 37,75,272/- (inclusive of all taxes) Tender Security amount : Rs. 75,505/- (in form of DD in favour of Delhi Metro Rail corporation Ltd) Cost of Tender (Non- Refundable) : Rs. 5,250/- (Rs. 5000/- plus 5 % VAT) Completion period of the Work : 12 months (from 10 th day of issue of letter of acceptance) Tender documents on sale : From 27.09.2016 to 18.10.2016 (up to 15:00 hrs) on e-tendering website https://eprocure.gov.in/eprocure/app Last date of Seeking Clarification : 14.10.2016 up to 15:00 hrs. Last date of Issuing Addendum / Corrigendum Last Date & time of Submission of Techinical bid Date & time of opening of Bid Online Authority and place for submission of tender cost, tender security, required documents (if any), seeking clarifications etc. : 20.10.2016 : 18.10.2016 up to 15:00 hrs. : 20.10.2016 at 15:30 hrs. : Deputy General Manager/E&M/UG, 2nd Floor, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi -110001. The tender cost and tender security will be in the form of a Demand draft/ Banker s cheque drawn on a scheduled Commercial Bank based in India and should be in favour of Delhi Metro Rail Corporation Ltd. payable at New Delhi. The same should be submitted in original before two hours of opening of technical bid in the office of DGM/E&M/UG at the above mentioned address. NOTE: The bidder who fails to submit the tender cost & tender security (in original) within stipulated scheduled deemed to be rejected. 1.2 MINIMUM ELIGIBLE CRITERIA : Page 2 of 11

1.2.1 Work Experiences - NOTE: a) This tender is open to contractor having experience in this field for not less than 3 years. b) The contractor having completed one single work of similar nature of at least 80% of estimated value of contract or two similar works, each of at least 50% of estimated value of contract or three similar works, each of at least 40% of estimated value of contract in Govt. / Semi Govt. / PSU / during last 5 years ending March 2016. Similar Nature of Work: Works including Repair of various types of combined Motor and pump set. 1. Successful completed portion of ongoing works upto March-16 shall also be considered for qualifying the eligible criteria. 2. Following documents shall be considered for evaluating the criteria of work experience: a. Self attested copies of work order, BOQ along with completion certificate (indicating the name of work, final amount, quantity of work, completion date etc.) issued by the client preferably on their letter head for completed work. b. Self attested copies of work order, BOQ and latest certificate issued by along with completion certificate issued by the client preferably on their letter head for quantum of work executed for work under progress. 1.2.2 Financial Standings a) Contractor s average Annual Turnover of last three audited financial years should be equal to or more than 80% of estimated cost of work. b) Self attested copies of VAT / Service Tax registration certificate, PAN No. c) Applicant must not have been blacklisted or deregistered by any Govt. or public sector undertaking during last five years. It should be on non-judicial stamp paper of Rs. 10/- duly attested by Notary, in the format enclosed in Annexure D. d) Net worth of applicants should be positive. Tenderer shall submit last three years (FY: 2013-2014, 2014-2015, 2015-2016) audited financial statement duly attested by certified CA to work out net worth. Documentary proof of satisfying eligibility conditions and audited financial data to be furnished along with the application on printed letter heads. Testimonials of satisfactory completion should be obtained from an officer not below the rank of executive engineer. 1.2.3 The tender submission of bidders, who do not qualify the minimum eligibility criteria, shall not be considered for further evaluation and considered rejected. The mere fact that the bidder is qualified as mentioned in sub clause of clause 1.2, shall not imply that his bid shall automatically be accepted. The same shall be subject to the data as required for consideration of tender prescribed in the ITT The mere fact that the tenderer is Pre-qualified as shall not imply that his bid shall automatically be accepted. The same should contain all Financial & other details as required for the consideration of tender. 1.2.4 Tender document consists of the following documents: Page 3 of 11

VOLUME-I a. Notice Inviting Tender b. Scope of Work c. Tender Prices and Schedule of Payment VOLUME-II a. Instructions to Tenderers b. Other terms and Conditions c. Special Conditions of Contract d. General Conditions of Contract e. Bill of Quantities. 1.2.5 The tenderer shall be governed by the documents listed in Para 1.2.4 above. Please note carefully the requirements for submitting tenders and the date & time for submittal. 1.3 The tenderers may obtain further information / clarification, if any, in respect of these tender documents from the office of Deputy General Manager /E&M/UG, 2 nd floor Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi-110001 1.4 The intending bidders must be registered on e-tendering portal https://eprocure.gov.in/eprocure/app Those who are not registered on the e- tendering portal shall be required to get registered beforehand. If needed they can be imparted training on online tendering process. After registration the tenderer will get user id and password. On login tenderer can participate in tendering process and can witness various activities of the process. 1.5 The authorized signatory of intending bidder, as per Power of Attorney (POA), must have valid class-iii digital signature. The tender document can only be downloaded or uploaded using Class-III digital signature of the authorized signatory. 1.6 Tender submissions will be made online after uploading the mandatory scanned documents towards cost of tender documents such as Demand Draft or Banker s Cheque from a Scheduled commercial bank based in India and towards Tender Security such as Demand Draft or Banker s Cheque from a Scheduled commercial bank based in India and other documents as stated in the tender document. 1.7 Tenders shall be valid for a period of as per ITT clause 12.0 from the date of submission of Tenders. 1.8 Tenderer is cautioned that the tender containing any material deviation from the tender document which consists of NIT, Instructions to tenderers, General conditions of contract, Special conditions of contract, Bill of quantities is liable to be summarily rejected as non-responsive. 1.9 DMRC 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 DMRC for rejection of his proposal. 1.10 Tenderers are advised to visit the site before offering their rates. 1.11 The bidders are advised to keep in touch with e-tendering portal https://eprocure.gov.in/eprocure/app for updates. Any corrigendum, addendum etc issued shall be part of this tender document and shall be made available on this e-tendering portal. Page 4 of 11

1.12 Late tenders (received after date & time of submission of bid shall not be accepted under any circumstances. (Vivek Shrivastava) DGM/E&M/UG Delhi Metro Rail Corporation Ltd 2 nd floor, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi-110001 Page 5 of 11

INFORMATION AND INSTRUCTIONS FOR ON LINE BID SUBMISSION The intending tenderers must read the terms and conditions carefully and should only submit his tender if he considers himself eligible and he is in possession of all the documents required. Information and instructions for tenderers posted on website shall form part of tender documents. The complete Tender Document can only be obtained online after registration of tenderer on the website http://eprocure.gov.in/eprocure/app. Tender can only be submitted after uploading the mandatory scanned copy of documents such as Demand Draft or Pay Order or Banker s towards cost of Tender Documents and Tender Security (as prescribed in clause 1.1.1 of NIT). The bidders are required to submit soft copies of their bids electronically on the Central Public Procurement (CPP) Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app. REGISTRATION 1) Bidders are required to enroll on the e-procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link Online bidder Enrollment on the CPP Portal which is free of charge. 2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / ncode / emudhra etc.), with their profile. 5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC s to others which may lead to misuse. 6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-token. SEARCHING FOR TENDER DOCUMENTS 1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal. Page 6 of 11

2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective My Tenders folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. 3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk. PREPARATION OF BIDS 1) Bidder should take into account any corrigendum published on the tender document before submitting their bids. 2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. 4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use My Space or Other Important Documents area available to them to upload such documents. These documents may be directly submitted from the My Space area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process. SUBMISSION OF BIDS 1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. 3) Bidder has to select the payment option as offline to pay the tender fee / EMD as applicable and enter details of the instrument. 4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. 5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete Page 7 of 11

the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected. 6) The server time (which is displayed on the bidders dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers. 8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers. 9) Upon the successful and timely submission of bids (i.e. after Clicking Freeze Bid Submission in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings. ASSISTANCE TO BIDDERS 1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. 2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. 3) For any Technical queries related to Operation of the Central Public Procurement Portal Contact at : Mobile Numbers: 91 8826246593 Telephone Numbers: The 24x7 Toll Free Telephonic Help Desk Number 1800 3070 2232. Other Tel: 0120-4200462, 0120 4001002 Email Id: cppp-nic@nic.in SECTION 2 Page 8 of 11

SCOPE OF WORK 2.1 Brief Scope The contractor will execute the work i.e. Annual Rate Contract for Repair of ECS, Fire, PTM and Other Horizontal Casing Pumps of underground metro stations of DMRC. 2.1.1 The scope of work includes the following: a. Lifting, dismantling, to & from transportation of ECS, Fire, PTM and other pumps. b. Rewinding of Motors. c. Repair / Replacement of faulty parts of pump / motor sets. d. Repair / Replacement of different size NRVs, Butterfly Valves, Ball/Roller Bearings etc. e. Repair / Replacement of different size Rubber Expansion Bellows, Pressure switches, Pressure Gauges etc. f. Any other activity needs to be carried out for upkeep of the pumps. 2.1.2 a. Defects which can be attended locally: (i) Response Time (Max) : 08 Hours (ii) Rectification Time (Max) : 24 Hours 2.1.2 b. Defects when pump sets/motors need to be taken to the work-shop of the contractor: (i) Response Time (Max) : 08 Hours (ii) Rectification Time (Max) : 04 Days 2.1.3 If any work such as rewinding, impeller fitment etc. shall be carried out by contractor at OEM work-shop, outside Delhi, the period shall be intimated by OEM. 2.1.4 It will be responsibility of the contractor to arrange all tools, tackles, consumables & spares including manpower required for rectification of pump/motor. 2.1.5 In case, the faulty pump/motor is installed in track area, the work shall be carried out in night during non revenue hours in power block condition. It may be possible that permission for repair in track area is not possible on particular day due to work of other team. The work is to be carried out under supervision of DMRC Engineer whose role is to provide power block for lifting/lowering of the pump from the track sump. The time for actual work may be less than the power block/permit to work duration. This is due to the fact that work site may be away from the location from where PTW is issued. No compensation/extra payment shall be made in this account. Since the work is to be performed on line which is used for passengers services, it will be responsibility of contractor to ensure that the site is made fit and operational at least 30 minutes before scheduled time of cancellation of PTW & power block. Page 9 of 11

2.1.6 There may be cases when the scheduled permit to work may be cancelled even after contractor manpower reaches the site of work & no work may be performed in that night. No compensation shall be paid for such cases. 2.1.7 Arrangement of light at site of work complete with fixture etc. if required for illumination at site of work during non-revenue hrs at night shall be arranged by the contractor. No extra payment shall be made in this account. 2.1.8 The contractor team shall be equipped with necessary communication facility at site of work. There should be at least one supervisor who will control his man-power & obtain necessary instruction form DMRC s representative/supervisor at site of work. 2.1.9 The contractor shall check the faulty pump / motor thoroughly at the site in presence of DMRC Engineer In-charge or representative and arrange rectification of the same. If the pump / motor is required to be taken away by the contractor to his work-shop, the contractor shall dismantle the equipment in presence of DMRC Engineer In-charge or representative only and before starting the rectification work, a jointly signed report will be prepared regarding items which need replacement for completion of the work and the payment for the work will be based on this jointly signed report. 2.1.10 DMRC s engineer in-charge / representative shall verify the installation during & after completion of work and prepare report in triplicate. A copy of report shall be handed over to contractor which will be produced along with the bill. 2.1.11 Contractor s staff shall obey all the safety rules applicable for such works in DMRC. They shall also fill an indemnity bond before entering into the track. 2.1.12 Contractor is advised to fully understand the site conditions & nature of work as explained above, before quoting of rates. 2.1.13 Any damage/breakage to the DMRC property during the execution of work will be at the risk & cost of the contractor. 2.1.14 The contractor shall have to work on 24x7 basis to attend the defect/failure of pump/motor including on Sunday, National/Gazetted/Restricted holidays. The contractor has to attend/rectify the defect/failure within the time frame as mentioned in Clause No. - 2.1.2 (a) & (b) of NIT else penalty of 1000 rupees per day (counted after expiry of time frame) will be levied subject to maximum 10% of contract value. 2.2 DMRC is an ISO-14001 & OHSAS 18001 certified Organization for Environment, Health & safety. The work is to be carried out as per International Norms/Standards and in such a manner that all premises always look Neat & Clean. Similarly, the waste disposal is also carried out in totally sealed manner without affecting the Environment. Page 10 of 11

SECTION 3 TENDER PRICES AND SCHEDULE OF PAYMENT 3.1 Tender Prices 3.1.1 a. unless explicitly stated otherwise in the Tender Documents, the contractor shall be responsible for the whole works, based on the Bill of quantities and payment shall be as per accepted rates based on the activities carried out as in the Schedule of work. b. The rate quoted by the tenderer shall be inclusive of all duties, taxes, fees, octroi and other levies, materials, labour to & fro transportation of material and labour charges etc. Service Tax, however shall be shown separately in the BOQ. 3.1.2 Schedule of Payment A) Payment shall be made through running bills on quarterly basis. B) The payment shall be made on submission of invoice and jointly signed report of DMRC Engineer in charge & Contractor s representative. C) Payment shall be subjected to deduction of T.D.S as per applicable law. Page 11 of 11