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

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

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

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 (e-tender)

NOTICE INVITING e-tender (NIT)

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

Notice Inviting Tender (NIT)

CONTRACT NO: LKDD- 02

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

NOTICE INVITING 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 CONTRACT NO: LKCC- 02 (R)

NOTICE INVITING TENDER (NIT)

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)

NOTICE INVITING TENDER (NIT)

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) (e-tender)

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

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

NOTICE INVITING TENDER (NIT)

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

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

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: CC-131

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

NOTICE INVITING TENDER (NIT)

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 Government of India & Government of Delhi)

NOTICE INVITING TENDER (NIT) e-tender

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

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

NOTICE INVITING TENDER (NIT)

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

NOTICE INVITING TENDER (NIT) INR Crore

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

NOTICE INVITING TENDER (NIT) (e-tender)

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

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

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

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

NOTICE INVITING TENDER

Bid Document Procurement of Track Machines

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

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

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

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

DELHI METRO RAIL CORPORATION LIMITED

CONTRACT:CC-18 J TENDER DOCUMENTS

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

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

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

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

INVITATION OF GLOBAL/OPEN BIDS

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

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

MEGA/GD & AD/MP-L2/ 2016

DELHI METRO RAIL CORPORATION LTD. NOTICE INVITING TENDER

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

MUMBAI METRO RAIL CORPORATION LIMITED (MMRC)

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

Date: 5 th November Loan Agreement Number: [ID-P 268] IFB Number: [MM3-CBS-TVE (P2L1)

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

MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT PACKAGE MM3-CBS-RS Addendum No:-16

NO. DOCUMENT IN PLACE OF PLEASE READ AS

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

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

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

Construction & Maintenance

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

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

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

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

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

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE

HOOGHLY RIVER BRIDGE COMMISSIONERS

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

MUMBAI METRO RAIL CORPORATION LIMITED (MMRCL) E-TENDER FOR

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES

EXPRESSION OF INTEREST (EOI) for

Notice inviting applications for Empanelment of Forensic Auditors

/ :55 P.M :00 A.M.

STOCKHOLDING CORPORATION OF INDIA LIMITED

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

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

Bid Document Procurement of Track Machines

NOTICE INVITING BID FOR

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

Transcription:

BIDDING DOCUMENTS Contract MM3-CBS-DEM-R MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT NO: MM 3-CBS-DEM-R Design, Manufacture, Supply, Installation, Testing and Commissioning of E&M works comprising of Electrical Sub Stations with HT and LT works, Ventilation and Air Conditioning Systems (VAC), Fire Detection Systems, Fire Suppression (Fire Fighting) Systems, Building Management System (BMS), EOT cranes, Air-Compressors including compressed air piping works and Plumbing Pumps for the Depot Buildings including VOLUME 1 OCC and at grade Aarey Station for Mumbai Metro Line 3 VOLUME 1 OF 6 BIDDING PROCEDURE SECTION 1 NOTICE INVITING TENDER (NIT) APRIL 2018 Mumbai Metro Rail Corporation Ltd. Plot No. R-13, E Block, NaMTTRI Building Bandra - Kurla Complex, Bandra (East), Mumbai 400051, India. P a g e i

BIDDING DOCUMENTS Composition of Documents Contract MM3-CBS-DEM-R Volume 1 Section I Section II Section III Bidding Procedure Notice Inviting Tender (NIT) Instructions To Tenderer (ITT) Form of Tenders (FOT) Volume 2 Conditions of Contract and Contract Forms Section IV General Conditions of Contract (GCC) Section V Special Conditions of Contract (SCC) Volume 3 Employer s Requirement- General Specification Volume 4 Employer s Requirement Technical Specifications Section VI A Electrical - HT Section VI B Electrical - LT Section VI C Ventilation & Air Conditioning (VAC) Section VI D Fire Alarm and Detection System (FADS) Section VI E Fire Suppression ( Fire Fighting System) Section VI F Building Management System (BMS) Section VI G EOT Cranes ( Electric Over Head Travelling Crane) Section VI H Air Compressor ( Compressed Air System) Section VI I Plumbing Pumps ( Drinking, Treated and Sewer ) Volume 5 Tender Drawings Section VII A Electrical - HT Section VII B Electrical - LT Section VII C Ventilation & Air Conditioning (VAC) Section VII D Fire Alarm and Detection System (FADS) Section VII E Fire Suppression ( Fire Fighting System) Section VII F Building Management System (BMS) Section VII G EOT Cranes ( Electric Over Head Travelling Crane) Section VII H Air Compressor ( Compressed Air System) Section VII I Plumbing Pumps ( Drinking, Treated and Sewer ) Section VII J Civil Tender Drawings ( Architectural / Utility) Volume 6 Bill of Quantities P a g e i

TABLE OF CONTENTS (NIT) Contract MM3-CBS-DEM-R 1.1 GENERAL... 1 1.1.1 NAME OF WORK:... 1 1.1.2 KEY DETAILS:... 1 1.1.3 QUALIFICATION CRITERIA:... 2 1.1.4 COMPOSITION OF DOCUMENTS:... 9 P a g e i

NOTICE INVITING TENDER (NIT) Contract MM3-CBS-DEM-R 1.1 GENERAL 1.1.1 NAME OF WORK: Mumbai Metro Rail Corporation (MMRC) Ltd. invites Open e-tenders on local competitive bidding from eligible applicants who fulfil qualification criteria as stipulated in Clause 1.1.3 of NIT, for the scope: Design, Manufacture, Supply, Installation, Testing and Commissioning of E&M works comprising of Electrical Sub Stations with HT and LT works, Ventilation and Air Conditioning Systems (VAC), Fire Detection Systems, Fire Suppression (Fire Fighting) Systems, Building Management System (BMS), EOT cranes, Air-Compressors including compressed air piping works and Plumbing Pumps for the Depot Buildings including OCC and at grade Aarey Station for Mumbai Metro Line 3 The brief scope of the work and site information is provided in ITT Clause A1 & Employer Requirements (Volume 3 & Volume 4). 1.1.2 KEY DETAILS: Approximate Cost of work = INR62,20,09,291/- Tender Security amount INR 62,00,000/- Completion period of the Work Revenue operation date 30 June 2021 22 months ( Including Monsoon Period) Tender documents on sale Cost of Tender documents Pre-bid Meeting From 09-04-2018 to 22-05-2018 (up to 18:00 Hrs) on e-tendering website www.tenderwizard.com/mmrc Tender Documents can be downloaded for reference purpose from the e-tendering Portal www.tenderwizard.com/mmrc. Interested Tenderers have to make online payment of Tender Fee using online payment gateway during bid preparation through Debit Card/Credit Card/Net-Banking. Tender Fee receipt can be system generated during bid preparation by the Tenderer. For further information on this regard Tenderers are advised to contact on 011-49424365. INR 21,000/- (18750+2250) (inclusive of all taxes) 25-04-2018 @ 11.00 Hrs. at MMRDA Old Building, 6 th Floor, A Wing Bandra Kurla Complex, C-14 & 15, E Block Bandra ( East ) Mumbai 400051, India Page 1 of 12

Last date of Seeking Clarification Date & time of Submission of Tender Date & time of opening of Tender (Tender Security+ Technical) Date & time of opening of Tender (Financial Envelope ) Authority and place for seeking clarifications No later than fourteen (14) days prior to the Tender Submission date given in the Notice Inviting Tender (NIT). (Queries from the Tenderers after due date shall not be acknowledged) 23-05-2018 @ 10.00 Hrs. - 1800 Hrs. 24-05-2018 @ from 1100Hrs. To be notified later. (Mr.) Rajeev, General Manager (Rolling Stock & Electrical ) MMRDA Old Building, 5 th Floor, A Wing Bandra Kurla Complex, C-14 & 15, E Block Bandra ( East ) Mumbai 400051, India Telephone: +91 22 26597659 Facsimile number: +91 22 26592005 Email Id: rajeev@mmrcl.com 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 NIT. In the case of a JV / Consortium, all members of the Group shall be jointly and severally liable for the performance of whole Contract. (ii) a) A non-indian firm is permitted to tender only in a JV / 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- 1956/2013 with minimum 26% participation. b) A Tenderer shall submit only one bid in the same tendering process, either individually as a tenderer or as a partner of a JV / Consortium. A Tenderer who submits or participates in, more than one bid will cause all of the proposals 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 / Consortium 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. (iii) A Tenderer and all partners constituting the Tenderer shall not have a conflict of interest. All Tenderers found to have a conflict of interest shall be disqualified. A Tenderer may be considered to have a conflict of interest with one or more parties in this tendering process, if: a) Tenderer and all partners constituting the Tenderer has been engaged by the Employer to provide consulting services for the preparation related to procurement for or implementation of the project; Page 2 of 12

b) Tenderer and all partners constituting the Tenderer is any associates / affiliates (inclusive of parent firms) mentioned in subparagraph (a) above; or c) A Tenderer and all partners constituting the Tenderer lends, or temporarily seconds its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project, if the personnel would be involved in any capacity on the same project. (iv) (v) (vi) (vii) A firm, who has purchased the Tender document in their name, can submit the Tender either as individual firm or in JV / Consortium. Tenderers shall not have been blacklisted or deregistered by the Central Government, State Government of Maharashtra, any PSU of Government of India and Government of Maharashtra or any public sector Metro rail corporation in India during the last 5 years. Also the Tenderer must not have failed to take possession or to commence any Contract after the award of Contract. The tenderer shall submit undertaking to this effect in Appendix-22 of Form of Tender. If this undertaking is found to be false at any stage, then tender/contract is liable to be summarily rejected. Tenderer (any member in case of JV / Consortium) must not have paid liquidated damages of 10% (or more) of the Contract Price in a Contract due to delay or penalty of 10% (or more) of the Contract Price due to any other reason during last five years. The Tenderer shall submit undertaking to this effect in Appendix-23 of Form of Tender. Tenderer (any member in case of JV / Consortium) must not have suffered bankruptcy/ insolvency during the last 5 years. The Tenderer shall submit undertaking to this effect in Appendix-24 of Form of Tender. (viii) LEAD PARTNER / NON SUBSTANTIAL PARTNERS / CHANGE IN JV / CONSORTIUM a) Lead partner must have a minimum of 26% participation in the JV / Consortium. b) Partners having less than 26% participation will be termed as non-substantial partner and will not be considered for evaluation which means that their financial soundness and work experience shall not be considered for evaluation of JV / Consortium. c) In case of JV / Consortium, change in constitution or percentage participation shall not be permitted at any stage after their submission of application otherwise the applicant shall be treated as non-responsive. d) The tenderer, in case of JV / Consortium, shall clearly and unambiguously define the role and responsibilities for each substantial / non-substantial partner in the JV agreement / MOU submitted vide foot note (d) of Appendix 6 of Form of Tender, providing clearly that any abrogation / subsequent re-assignment of any responsibility by any substantive / non-substantive partner of JV / Consortium in favour of other JV / Consortium partner or any change in constitution of partners of JV / Consortium (without written approval of Employer) from the one given in JV agreement / MOU at tender stage, will be treated, as breach of Contract condition and/or concealment of facts (as the case may be), vide GCC Clause 4.33.1 [a (ii) and (iii)] and acted accordingly. Page 3 of 12

e) The Employer in such cases, may in its sole discretion take action under Clause 4.33.1 (b) and/or under Clause 4.33.1(c) of GCC against any member(s) for failure in tenderer s obligation and declare that member(s) of JV / Consortium ineligible for award of any Tender in MMRC or take action to terminate the Contract in part or whole under Clause 13 of GCC as the situation may demand and recover the cost/damages as provided in Contract. (ix) (x) A Tenderer and all partners constituting the Tenderer shall confirm Nonperformance of a Contract did not occur within the last two (2) years prior to the deadline for application submission based on all information on fully settled disputes or litigation (as per Appendix-21 of FOT). A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective Contract and where all appeal instances available to the Applicant have been exhausted. The Tenderer shall have a MOU with a Detailed Design Consultant(s) having requisite Design Experience as stipulated in Minimum Eligibility Criteria in 1.1.3.2, who on award of the Contract, shall carry out detailed design as per the scope of design in the tender documents 1.1.3.2 Minimum Eligibility Criteria: A. Work Experience: The Tenderers will be qualified only if they have completed work(s) during 01.04.2008 to 31.03.2018 as given below: General Experience: (i) (a) At least one Similar work ** of value of INR 49.6 Crores or more, OR (b) Two Similar works ** each of value of INR 31.0 Crores or more, OR (c) Three Similar works ** each of value of INR 24.8 Crores or more. ** Similar works for this Contract shall be the work of Design, Supply, Installation, Testing and Commissioning of E&M works of Metro Station / Metro Depot / Mass Rapid Transit System (MRTS) / Commercial Buildings / Official Buildings/ Railway Stations/ Airport/ Hospital buildings/ Industrial establishment. E & M works shall also include VAC, Fire Protection System and 11KV and above HT GIS works (Sub-Station, Distribution Works and Cables installation system) either in scope of Similar works or in any other completed work(s) (ii) Electrical scope within Similar work(s) shall not be of value less than 60% of stipulated value of required Similar works. Namely, INR 29.8 Cr. in case of one Similar work, INR 18.6 Cr. in case of two Similar works, INR 14.9 Cr. in case of three Similar works (iii) None of the works namely VAC, Fire Protection System, HT GIS Works (Sub- Station and Distribution Works and Cables installation system) shall be of the value less than INR 2.0 Cr. in Similar works or in any other completed work(s). Page 4 of 12

(iv) Design experience for the Similar work(s) referred by the Tenderers can be either part of scope of Similar work(s) itself or client had given design for such work or Bidder had engaged DDC separately for such work with the prior approval of the owner of the project. (Proof of Design experience is required to be submitted for all the works referred by the Bidder). (v) If the Tenderer has stipulated value experience of HT works as above without GIS and does not have GIS experience, the tenderer shall submit willingness of Original Equipment Manufacturer (OEM) of GIS in Appendix 13, to supervise complete work of GIS, i.e. Supply, Installation, Testing and Commissioning, and arrange execution accordingly if awarded the Contract. In case the Tenderer has no Similar work(s) experience of stipulated value(s) of 11 KV & above HT GIS works (Sub- Station, Distribution Works and Cables installation system), then the Tenderer shall propose a Specialist Subcontractor having requisite Similar work experience as above for this component while submitting the willingness of Specialist Sub contractor in Appendix 13, to execute this component of work along with this component s requisite experience certificates of the Specialist Subcontractor. (vi) Detailed Design Consultant as Specialist Sub contractor for Design The Detailed Design Consultant(s) of the Tenderer must have experience of detailed design of E & M works of 2 metro stations and one metro depot, and also 2 no. of 11 KV & above HT GIS works (Sub-Station, Distribution Works and Cables installation system) of Metro Station/ Mass Rapid Transit System/ Commercial Buildings / Official Buildings/ Railway Stations/ Airport/ Hospital buildings / Industrial establishment during the period between 1st April 2008 to 31st March 2018. The design experience of E & M Works of 2 metro stations and one metro depot together must include design of VAC and Fire Protection System Components. If the above DDC does not have the detailed design experience of 11 KV and above HT GIS works (Sub-Station, Distribution Works and Cables installation system), then the tenderer can propose another DDC having requisite experience for detailed design of 11 KV & above HT GIS works (Sub-Station, Distribution Works and Cables installation system). NOTES a. The tenderer shall submit details of works executed by them/specialist subcontractor/detailed Design Consultant in the Performa of Appendix- 11, 12 (In case of Specialist Subcontractor work experience for execution of the complete HT GIS works), Appendix- 14 (For Work Experience of DDC) and Appendix-15 of FOT for the works to be considered for qualification of Work Experience criteria. Documentary proof such as completion certificates from client clearly indicating the nature/scope of work, actual completion cost and actual date of completion for such work shall be submitted. Experience certificate of any person/official below the rank of Executive engineer will not be accepted as proof for Eligibility. b. In case the work is executed for private client, copy of work order, bill of quantities, bill wise details of payments received certified by C.A., T.D.S certificates for all payments received and copy of final/last bill paid by client shall also be submitted along with Completion certificate. c. The value of completed work(s) shall be inclusive of taxes. d. For completed works, value of work done shall be as on 31.03.2018, assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year. Page 5 of 12

The exchange rate of foreign currency shall be applicable 28 days before the submission date of tender. e. In case of JV / Consortium, full value of the work, if done by the same JV / Consortium or any of members of the JV shall be considered. However, if the qualifying work(s) were done by them in JV/Consortium having different constituents, then the value of work as per their percentage participation in such JV/Consortium shall be considered. f. The work experience certificates of those works which have been commissioned shall be considered as completion certificates for qualification of Work Experience criterion, where the work has been executed for Government funded projects (Clause 1.1.3.2 A). B. 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 that the Contract will 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, shall show that the applicant has access to or has available liquid assets, lines of credit and other financial means (As per Appendix-16 of FOT and as per standard Performa provided in ITT as Annexure-12) to meet cash flow of 6 Crores for this Contract, and to sustain at least for 1.5 Month for net of applicant s commitments for other Contracts, as submitted by the tenderer in Appendix-18 of FOT. (Example: Net Liquidity needed = 6 Crores plus 1.5 Month, applicant s commitments for other Contracts as per Appendix-18 of FOT). Banking reference shall contain in clear terms the amount that bank will be in a position to lend for this work to the applicant/member of the JV / 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 references shall be from a Scheduled Commercial Bank (Including scheduled Commercial Foreign Bank) in India or (in case of foreign parties) from an International bank of repute acceptable to MMRC as per standard Performa provided in ITT as Annexure-12 and it shall 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 shall 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 Page 6 of 12

Tenderers JV % share A Required Liquidity for Eligibility Required WA = B Member 1 M WM Member 2 N WN Net Current Asset as per Appendix-16 of FOT = C As per standard Performa provided in ITT as Annexure- 12 and other line of credit = D Total Liquidity C+ D =E Tend erers Mem ber 1 Mem ber 2 Tenderer's Other Commitments - Appendix-18 of FOT Available Cash flow for present & future commitments for the Contract E-B=F Average Monthly Requirement for future Contract commitments of bidder G No. of months of cash flow available for present & future commitments H = (F/G) Pass if, H > 1.5 Months In case the applicant is a JV / Consortium and if Banking Reference is issued by the bank in favor of the JV / Consortium for this Contract, then it will be considered for the tenderer and if the Banking reference(s) is issued in favor of any member of JV/ Consortium it will be considered only for that member. (ii) T2: Profitability: Profit before Tax shall be Positive in at least 2 (two) year, out of the last five audited financial years In Case of JV / Consortium - The profitability of only lead member shall be evaluated. (iii) T3: Net Worth: Net Worth of tenderer during last audited financial year shall be >Rs. 7.00 Crores (iv) In Case of JV/Consortium- 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 / Consortium will be = AM+BN 100 T4: Annual Turnover: The average annual turnover of last five financial years shall be > 34 Crores. Page 7 of 12

In Case of JV / Consortium 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 / Consortium will be Notes: =AM+BN 100 Financial data for latest last five audited financial years has to be submitted by the tenderer in APPENDIX 16 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 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 other year than the last year is not submitted, the tender will be considered as non-responsive. Where a work is undertaken by a group, only that portion of the Contract which is undertaken by the concerned applicant / member shall 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 NIT. Available bid capacity will be calculated based on the following formula: 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 (updated to 31.03.2018 price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year).-appendix- 17 of FOT. N = No. of years prescribed for completion of the work = 22 months = 1.83 years B = Value of existing commitments (as on 30.04.2018) for on-going works during period of 22 months w.e.f. 30.04.2018. Appendix-18 of FOT. Notes: Value of existing commitments for on-going construction works during period of 22 months w.e.f. 30.04.2018 has to be submitted by the Tenderer in APPENDIX- 18 OF FOT. These data shall be certified by the Chartered Accountant with his stamp and signature Page 8 of 12

In the case of a group, the above formula will be applied to each member to the extent of his proposed participation in the execution of the work. If the proposed % is not provided, equal participation will be assumed. Example for calculation of bid capacity in case of JV / Consortium Suppose there are P and Q members of the JV / Consortium with their participation in the JV / Consortium as 70% and 30% respectively and available bid capacity of these members as per above formula individually works out X and Y respectively, then Bid Capacity of JV / Consortium shall be as under:; Bid Capacity of the JV / group = 0.7X + 0.3Y 1.1.3.4 The Tender submission of Tenderers, who do not qualify the minimum eligibility criteria & bid capacity criteria stipulated in the Clauses 1.1.3.1 to 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 1.1.3.1 to 1.1.3.3 shall not imply that his bid shall automatically be accepted. The same shall contain all technical data as required for consideration of tender prescribed in the ITT. 1.1.3.5 Minimum Key Staff requirement (as per Appendix 19 of FOT) NOTE: Please submit the CV of above Key Personnel (as per Appendix 20 of FOT.) 1.1.4 COMPOSITION OF DOCUMENTS: Volume 1 - Bidding Procedure Section I - Notice Inviting Tender (NIT) Section II - Instructions to Tenderers (ITT) Section III - Form of Tender (FOT) Volume 2 - Conditions of Contract and Contract Forms Section IV General Conditions of Contract (CCC) Section V Special Conditions of Contract (SCC) Volume 3 - Employer s Requirement- General Specifications. Volume 4 - Employer s Requirements Technical Specifications. Volume 5-Tender Drawings Volume 6- Bill of Quantities 1.1.5 The Tenderers may obtain further information/ clarification, if any, in respect of these tender documents from the authority defined in the Key details above and from the e- tendering portal www.tenderwizard.com/mmrc. 1.1.6 The intending Tenderers must be registered on e-tendering portal www.tenderwizard.com/mmrc. 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. Page 9 of 12

1.1.7 The authorized signatory of intending Tenderer, as per Power of Attorney (POA), must have valid Class-3 digital signature. The tender document (Bid Data Sheets) can only be downloaded or uploaded using Class-3 digital signature of the authorized signatory. Tenderers shall have valid class 3 Digital Signature Certificate (DSC) having both Signing and Encryption Certificates obtained from any Certifying Authorities empaneled by Controller of Certifying Authorities India. In case of requirement of DSC, Tenderers shall go to www.tenderwizard.com/mmrc and follow the procedure mentioned in the document Procedure for Digital Certificate 1.1.8 Tender submissions will be made online after uploading the mandatory scanned system within documents Bid shall be submitted online on the e-tendering portal in Two electronic envelopes prescribed schedule A) e-envelope A (Technical Bid) : (i) Tender Fee, Tender Security Tenderer shall generate and upload scanned copies of Receipt for the following Generate Receipt for e-tender fee Upload Tender Fee Receipt (RTGS / NEFT / Net banking / Credit card / Debit card) and scanned copy of Bank Guarantee /DD/Bankers Cheque /Pay Order towards Tender security (ii) Tenderer shall upload scanned copies which shall contain all the documents referred to in the paragraphs C2.2 and C2.3 except pricing document as per Clause C2.2 (c) of Section 2,ITT of RFP/Bid document. B) e-envelope B (Financial Bid) : Tenderer shall quote his offer as percentage below / above / at par the estimated cost electronically based on his filled Financial Proposal (Vol-6) at the prescribed space in the dialog box in Envelope- B1 Percentage Rate Tender Form Payment Procedure for Tender Fee and Tender security (i) Tender Fee: Tender Document can be downloaded for reference purpose from the e-tendering Portal of MMRC during the period mentioned in the tender notice. Interested Tenderers have to make online payment of INR. 21,000/- (Rupees Twenty-One Thousand only) inclusive of all taxes and duties (non-refundable) as Tender Processing Fee using online payment gateway during bid preparation using i.e. Debit Card/Credit Card/Net-Banking. Tender Fee receipt can be system generated during bid preparation by the Tenderer. (ii) Tender Security amount: Tender Security amount for this work will be INR 62,00,000/- (Rupees Sixty Two Lakhs only) shall be submitted by the Tenderer with his Tender in the following forms: a. an irrevocable Bank Guarantee issued by a Scheduled Commercial Bank (including Scheduled Commercial Foreign Banks) in India in the form given in Annexure 7, of the Instruction to Tenderers (ITT) payable at Mumbai. Page 10 of 12

b. A Demand Draft/Pay Order/Bankers Cheque in favour of Mumbai Metro Rail Corporation Limited, India payable at Mumbai from a Scheduled Commercial Bank (including Scheduled Commercial Foreign Banks) in India. c. E-transfer through RTGS/NEFT/Net Banking/Credit card/debit Card.in Bank Account Bank Name:- HDFC Bank Limited, A/C Number:-50200004613380, Type:- Current Account, Address:- Worli Seaface Branch, Mumbai, IFSC Code:- HDFC0000080 BSR Code:- 0510093 Swift Code:- HDFCINBBXXX MICR Code:- 400240022 (In case of JV / Consortia, Bank Guarantee for Tender Security shall be in the name of JV / Consortia and not in name of individual members.) The Tender Security shall remain valid for a period of 180 days from the last date of submission of tender. The tenderer shall upload the scanned copy of the Bank Guarantee/ Demand Draft/Pay Order/Bankers Cheque as part of Envelope A on the online MMRC e-tendering portal only. The Tenderer shall submit the original Bank Guarantee/ Demand Draft/Pay Order/Bankers Cheque before the deadline of the submission of bid at the office of the GM (Rolling Stock & Electrical) MMRDA Building, 5th Floor, A-Block, Bandra Kurla Complex, Bandra East, Mumbai-400051, India. 1) In case of Joint venture/consortia, Tender security from Lead Partner in forms specified in b & c as above shall also be acceptable without any prejudice to the right of MMRC for its forfeiture as per conditions of tender. 2) Submission of Tenders shall be closed on e-tendering portal of MMRC on the date & time of submission prescribed in NIT after which no tender shall be accepted. It shall be the responsibility of the Tenderer / Tenderer to ensure that his tender is submitted online one tendering portal of MMRC before the deadline of submission. MMRC will not be responsible for non-receipt of tender documents due to any delay and/or loss etc. 1.1.9 All Tenderers are hereby cautioned that tenders containing any material deviation or reservations as described in Clause. E 4.4 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. 1.1.10 Tenders shall be valid for a period of 180 days (both days inclusive i.e. the date of submission of tender and the last date of period of validity of the tender) from the date of submission of Tenders and shall be accompanied with a tender security of the requisite amount as per Clause C18 of ITT. 1.1.11 MMRC 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 MMRC for rejection of his proposal. 1.1.12 Tenderers shall note that the maximum file size that can be uploaded is 5 MB. All the uploaded files in tender submission shall be named properly and arranged systematically. Page 11 of 12

1.1.13 The Tenderers are advised to keep in touch with e-tendering portal www.tenderwizard.com/mmrc for updates. 1.1.14 This Notice Inviting Tender will be governed by Public Procurement (Preference to Make in India) 2017, Government of India s Order issued by Ministry of Commerce and Industry, Department of Industrial Policy and Promotion vide letter no.p- 45021/2/2017-BE-II Dated 15th June, 2017 & Government of India Ministry of Housing and Urban Affairs vide letter no K-14011/09/2014/UT-II/MRTS-Coord dated 14 th November,2017.The Tenderers who meet the requirements of Local supplier as per this circular shall be eligible for purchase preference and will have to give an undertaking as mentioned in ITT - Appendix-M (Verification of Local Content usage undertaking). General Manager (Rolling Stock & Electrical ) Mumbai Metro Rail Corporation Limited Page 12 of 12