CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

Similar documents
CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

MUMBAI METRO RAIL CORPORATION LIMITED (MMRC)

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

5.Section 5 - Specimen Forms

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

C E Y L O N E L E C T R I C I T Y B O A R D

CHENNAI METRO RAIL LIMITED

Section III - Evaluation and Qualification Criteria (Without Prequalification)

BIDDING DOCUMENTS. for. Procurement of. Eastern Peripheral Expressway ITS Installation Project. Invitation for Bids PART 1 - Bidding Procedures

QUERIES & RESPONSES DATE

Section III Evaluation and Qualification Criteria (Revision 1)

Amendment No.1 to Bidding Document. IFB NO- ITS-KSRTC-Mysore/2010/Tender Notice No.001 Date:

Section 4 - Bidding Forms

Gujarat State Project Management Unit (SPMU) ICZM Project Gujarat Ecology Commission, Gandhinagar

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

Section 4. Bidding Forms


Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

DELHI METRO RAIL CORPORATION LIMITED

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES

NOTICE INVITING TENDER (NIT)

(e-procurement System)

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

Procurement Approval Form (Refer to OpsPedia for forms appropriate to requested action)

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

NOTICE INVITING TENDER (NIT)

Pre-Qualification Queries of IFP No:- MM3-CBS-RS QUERIES AND RESPONSES

PROVIDING CLARIFICATION / INTRODUCTION OF AMENDMENTS

J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR

NOTICE INVITING TENDER (NIT)

DEPARTMENT OF PUBLIC WORKS

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

A. Letter of Acceptance

CONSTRUCTION INDUSTRY DEVELOPMENT REGULATIONS. GN 692 in GG of 9 June as amended by

INSTRUCTIONS TO BIDDERS EVALUATION AND QUALIFICATION CRITERIA SECTION IV GENERAL CONDITIONS PARTICULAR CONDITIONS

DELHI METRO RAIL CORPORATION LIMITED

Procurement of Works & User s Guide

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

RESPONSE TO QUERIES (To Form Part of the Bid Document)

1. Risk of regularizing illegal connections

NOTICE INVITING TENDER (NIT)

SECTION - IX FORMS AND PROCEDURES

(Pre-qualification of construction agency) Page 1/11

APHMEL/PUR/FMT/1:A Phones: , , TIN: Fax : E Mail : INVITATION FOR TENDER

Chennai Metro Rail Limited, Chennai ,India.

a) Bidding Document No. : A096/T-205/10-11/RKS/19 (Corresponding e-tender no ) b) Bidding Document on : From to

ALL INDIA INSTITUTE OF SPEECH AND HEARING: MYSURU No.SH/Horti/borewell/ Notice Inviting Quotation. Period of completion

CEYLON ELECTRICITY BOARD SRI LANKA RENEWABLE ENERGY ABSORPTION TRANSMISSION DEVELOPMENT PROJECT (AFD AGREEMENT NO: CLK L)

Procurement of Works & User s Guide

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

IDBI BANK LTD. TENDER

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

DATED: DUE ON

(International Competitive Bidding)

NOTICE INVITING TENDER (NIT)

DELHI MUMBAI INDUSTRIAL CORRIDOR DEVELOPMENT CORPORATION LTD. Website: or

NOTICE INVITING e-tender (NIT)

Notice Inviting Tender (NIT)

INDIAN INSTITUTE OF SCIENCE BENGALURU

MEGA/GD & AD/MP-L2/ 2016

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

AA) Revised Chapter-VIII: Taxes and Other Duties Rev-01 dated 19/08/2017 of Volume IA TCC :

CORRIGENDUM. I. Prequalification of PMC Firms, Page 3 of the Prequalification Document

Construction of MLD Water Treatment Plant at Taba LAP

Addendum I. The price payable shall be subject to adjustment, up or down, in accordance with the following formula:

BHARAT HEAVY ELECTRICALS LIMTIED 15TH FLOOR CENTRE - I, W.T.C. CUFFE PARADE, MUMBAI

EXPRESSION OF INTEREST (EOI) for

NOTICE INVITING TENDER (NIT) (e-tender)

DELHI METRO RAIL CORPORATION LIMITED

ASSAM ELECTRICITY GRID CORPORATION LIMITED

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

CONTRACT NO: LKDD- 02

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

TELEPHONE: (5 LINES) FAX: TENDER NO : T-14/14-15

Clause No Bid Condition Bidder's Queries Comment/ Clarification By NMRCL. Tenders.

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

Request for Proposal (RFP) For SMS Solution in Bank of India & its Sponsored RRBs Ref : HO:IT:SMS: Dated

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

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

NO. DOCUMENT IN PLACE OF PLEASE READ AS

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

TCN 01. Ref: PSER:SCT:KLN-C1875:TCN-01 Date:

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

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

RENEWABLE WATER RESOURCES

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

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

NOTICE INVITING TENDER (NIT)

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

ITB ADDENDUM NO. 1. Addendum No. 1 to ITB MEDART LIFT STATION BYPASS Issued January 18, 2018

NOTICE INVITING TENDER (NIT) (e-tender)

Procurement of Small Works

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

Transcription:

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I CONTRACT BW-UG-02-STATIONS DESIGN AND CONSTRUCTION OF BALANCE WORKS OF UNDERGROUND STATIONS AT GOVERNMENT ESTATE, LIC BUILDING AND THOUSAND LIGHTS ADDENDUM 1

Addendum 1 Sl.No Reference Available Para/Clause Amendment A All parts of Bid Documents A1. B Part 1 Section III: Evaluation and Qualification Criteria Initial Filter B1. Clause No. Table: Equipment item No.: 1.1.2, EQC-2, 1. Diaphragm Wall Equipment 4 Nos EC & QR Initial Filter B2. Clause 1.2.3 Award Criteria for Multiple Contracts (ITB 38.4) B3. Clause 2 (ii) Qualification Criteria for Multiple Contracts B4. Clause 2.1 to 2.4. EQC C. Part 1 Section IV: Bidding Form C1. BF-8, Schedule of Adjustment Data Table A: Local Currency Column (C): Source of Index Bidders have the option to bid for any one or both packages. Bids will be evaluated package-wise, taking into account discounts offered, if any, for individual packages. Only one package contract (BW-UG-02-stations or BW-UG-02- Tunnels) Contract(s) will be awarded to the Bidder or Bidders offering the lowest evaluated cost to the Employer for combined packages, subject to the selected Bidder(s) meeting the required qualification criteria for the package. Delete Replace with the following: 1. Diaphragm Wall Equipment 3 Nos Following note to be added after the Equipment Table: This is only the minimum required. However depending on the agreed program, the contractor has the augment the D-wall rigs in line with the project delivery schedule. Replace with the following: Bidders have the option to bid for any one or both packages. Bids will be evaluated packagewise, taking into account discounts offered, if any, for individual packages. For award of two packages to a single bidder when he is lowest for both contracts, he should meet EQC-Combined criteria in accordance with Clause 2 (ii) Qualification Criteria for Multiple Contracts. Replace with the following: For the award of two packages, the Bidders should satisfy the s set out in the qualifying criteria enclosed herewith as EQC for award of multiple packages. Table for 2.1 to 2.4 Replace with New revised EQC Table 2.1 to 2.4 attached to this addendum. RBI-CPI- (labour) RBI-CPI- (Cement+Lime)- Cement RBI-CPI- (Steel Long)- Steel RBI-CPI- Mineral Oil (Fuel) Replace with the following: RBI-CPI - for labour RBI-WPI-(Cement+Lime)- for Cement RBI-WPI- (Steel Long)- for Steel RBI-WPI- Mineral Oil for Fuel D Part 1 Section I: Supplementary Instructions D1 List 1 B, Pg. No. SIB 10 LIST 1B INVENTORY OF PLANT AND MACHINERIES BW-UG-02 D2 LIST 2 Item 10 of the table: STL - RL/Overseas INVENTORY Bldg DG 250 kva Powerica OF PLANT 01/13/02/7711 Al Ghurai AND Item 12 of the table: Cross Passage 11 Entire table is deleted. Delete Item no. 10 & 12. CMRL ADM-1 2016

Addendum 1 Sl.No Reference Available Para/Clause Amendment MACHINERIES BW-UG-02, pg. Jet Grouting Rig Klemm (Ascon ) Ascon ETA no.sib-11 & SIB-12 E Part 1 Section II: Bid Data Sheet E1 F Part 3 Section VIII Particular Conditions Part A Contract Data F1. 14.6 2% of the Accepted Contract Amount. Replace 2% with 1% F2. 13.8 Shall be only in INR and the amount to be adjusted shall be excluding Taxes, duties, TN VAT Replace with the following: Shall be applicable to the currencies quoted by the contractor and the amount adjusted shall be excluding taxes, duties and TN VAT. F3 14.2 5% of the accepted contract amount payable in the currencies Replace 5% with 10% G Part 3 Section VIII Particular Conditions Part B Specific Provisions G1. SP 12 Add the following sub-clause to the end of Replace Part B with Section VII. Sub-Clause 4.15 of Part B General Conditions G2. SP 21 sub-clause 13.7.2.2 1. Any new tax which is imposed after the due date of submission of tender and Replace with the following: after the Base Date G3. SP 22 Price Variation Replace with Price Adjustment G4. SP SP Add the following new items: SP 27 G5. SP6 Clause 4.2 Performance Security The Performance Security shall be issued by public sectorundertaking bank (PSU) selected by the bidder. H Part 2 Employer s Requirements H1 D-20, part 2, Employer s Requirements, Replace With: The Performance Security shall be issued by scheduled commercial bank based in india selected by the bidder. Add the following clause as D21: Muck Disposal: a) Muck disposal sites will be provided to the Contractor to dispose the muck from tunnel boring and also excavated spoil from the stations. All these sites will be approximately 40 km from Chennai Central Station. b) The Appointed Muck disposal site shall be intimated to the contractor after the award of the work. H2 Key Dates, Appendix 2B Revised Key Dates are Attached. CMRL ADM-2 2016

Addendum 1 Sl.No Reference Available Para/Clause Amendment H3 Clause No. Earth lead shall be bare copper or Replace with the following: 3.4.11.4.1, Earth galvanized steel as specified with sizes. Each lead from earth electrode/earth mat to Leads and main MET for each level and each substation Strip earthing leads shall be of copper. Connections, rooms, communication equipment rooms, SCS Para 2 rooms and relay rooms and other equipment rooms shall be riser cable/bare copper strip. Earth lead for each level main MET to respective rooms MET and within rooms shall be galvanized steel as specified with sizes. Termination and jointing between copper and GI strips wherever applicable shall be suitable and approved method of Employer/Employer s H4 Clause No. 5.4.3.9, Installation and execution, pg-5-17 5.4.3.9 Installation and Execution a) The Ringed earth mat shall comprise of earth rods inclusive of electrode pits and heavy duty cover and 95 sq.mm bare stranded copper wire laid 300mm below basement slab/ground level. The earth rod is made up of two lengths of 1.8m, 16mm diameter copper bond steel rods coupled together with silicon aluminium bronze coupling and copper wire joints are by exothermic weld and must be inspected before bakfilling. b) Required number of earth riser cable 185 sq mm XLPE FRLSZH type shall be brought from the earth mat up through the basement floor or wall to each of the substation rooms, plant rooms, communication Equipment room, SCS rooms and relay room and other equipment rooms to the Engineer s acceptance... representative Replace with the following: 5.4.3.9 (A), Installation and execution a) The Ringed earth mat shall comprise of earth rods inclusive of electrode pits and heavy duty cover and required size of bare stranded copper wire laid 300mm below basement slab/ground level. The earth rod is made up of 3m, required size of diameter copper bond steel rods coupled together with silicon aluminium bronze coupling and copper wire joints are by exothermic weld and must be inspected before bakfilling. b) Required number of earth riser cable as per design fault level ka, XLPE FRLSZH copper type as per IEC 60502-1 shall be brought from the earth mat up through the basement floor or wall to each of the substation rooms, plant rooms, communication Equipment room, SCS rooms and relay room and other equipment rooms to the Engineer s acceptance... I. Part 3 Section IX- Contract Forms I1 Performance Security The guarantor agrees to a one time extension.. I2 Advance The guarantor agrees to a one time Payment extension.. Security I3 Retention money Security The guarantor agrees to a one time extension.. The last line of the note to the Performance Security shall be deleted. The revised proforma attached with this Addendum. The last line of the note to the Advance payment Security shall be deleted. The last line of the note to the Retention Money Security shall be deleted. CMRL ADM-3 2016

Addendum 1 Sl.No Reference Available Para/Clause Amendment I4 Retention 5 th Para To be Deleted Money Security Encl: i. SP 27 : Refer G4 above. ii. Revised Key Dates- Appendix 2B-Part 2 of the Document- Refer H2 iii. Revised Liquidated Damages- Table: Summary of Liquidated Damages as per clause 8.7 of GC- Part -3 of the Document-Refer H3 iv. Revised EQC for stations refer B3 above. v. EQC for award of multiple packages (i.e. BW-UG-02-Stations & BW-UG-02- Tunnels)- Refer B1 & B2 vi. Modified forms of Bank Guarantee for (a) Advance Payment for Mobilization (b) Performance security, (c) Retention money security CMRL ADM-4 2016

Addendum 1 SP 27: Refer Sl.No.G of Addendum 1 SP No. Section VII GC Sub- Clause No. SP 27 8.4 Extension of Time The following Clause in this Part-B Specific Provisions supplement Section VII General Conditions, unless otherwise stated. Add sub- Clause 8.4(f) of General Conditions with the following Any delay impediment or prevention caused by or attributable to the BW-UG-02- Tunnel Contractor. CMRL ADM-5 2016

Addendum 1 Revised Key Dates- Appendix 2B-Part 2 of the Document- Refer H2 above Key Date KD1 Description Achieve substantial completion of all station rooms (all stations) and provide access to all Interfacing Contractors Group 1 station rooms on Concourse Level to Degree 3 completion All tunnel ventilation shafts At least two Station entrance and structure on Concourse Level to Degree 2 completion for access to Lift & Escalator Contractor Days from Issue of LOA A Government Estate 150 B LIC 552 C Thousand Lights 552 KD2 Achieve substantial completion to level Degree 2 of all stations public Concourse Level areas including entrances and provide access to all Interfacing Contractors A Government Estate 180 B LIC 582 C Thousand Lights 582 KD3 Achieve substantial completion to level Degree 1 of all station track areas and provide access to Trackwork and other Interfacing Contractors A Government Estate 150 B LIC 552 C Thousand Lights 552 KD4 Achieve substantial completion to level Degree 2 of all station structures on Platform Level and provide access to Lift & Escalator Contractor A Government Estate 210 B LIC 612 C Thousand Lights 612 KD5 Achieve substantial completion of the following station rooms / areas (all stations) and provide access to all Interfacing Contractors Group 1 station rooms in the ancillary buildings on Street Level and on Platform Level to Degree 3 completion Remaining two Station entrance to Degree 2 completion and access to Lift and Escalator Contractor A Government Estate 210 B LIC 612 C Thousand Lights 612 CMRL ADM-6 2016

Addendum 1 KD6 Achieve substantial completion to level Degree 2 of all station Platform Level areas and provide access to all Interfacing Contractors including Platform screen door work zones to Degree 2 completion A Government Estate 240 B LIC 642 C Thousand Lights 642 KD7 Achieve substantial completion of the following station rooms and public Concourse Level areas (all stations) and provide access to AFC Contractor Groups 2a and 2b station rooms and areas on Concourse Level to Degree 3 completion A Government Estate 270 B LIC 672 C Thousand Lights 672 KD8 Achieve substantial completion of all E&M works to permit permanent power on to all stations and tunnels A Government Estate 315 B LIC 717 C Thousand Lights 717 KD9 Achieve issuance of Taking Over Certificate 787 KD10 Achieve issuance of Performance Certificate 1517 CMRL ADM-7 2016

Addendum 1 Revised Liquidated Damages- Table: Summary of Liquidated Damages as per clause 8.7 of GC- Part -3 of the Document. Refer H3 above. Key Date KD1 LIQUIDATED DAMAGES TABLE - STATIONS CONTRACT PACKAGE - BW-UG-02-STATIONS Description Achieve substantial completion of all station rooms (all stations) and provide access to all Interfacing Contractors Group 1 station rooms on Concourse Level to Degree 3 completion All tunnel ventilation shafts Station entrance and structure on Concourse Level to Degree 2 completion for access to Lift & Escalator Contractor 0 to 28 days 29 to 56 days A Government Estate 50,000 200,000 B LIC 50,000 200,000 C Thousand Lights 50,000 200,000 KD2 Achieve substantial completion to level Degree 2 of all stations public Concourse Level areas including entrances and provide access to all Interfacing Contractors A Government Estate 3,333 16,666 B LIC 3,333 16,667 C Thousand Lights 3,334 16,667 KD3 Achieve substantial completion to level Degree 1 of all station track areas and provide access to Trackwork and other Interfacing Contractors A Government Estate 50,000 200,000 B LIC 50,000 200,000 C Thousand Lights 50,000 200,000 KD4 Achieve substantial completion to level Degree 2 of all station structures on Platform Level and provide access to Lift & Escalator Contractor A Government Estate 3,333 16,666 Amount in Rs. Per Day from 57 days 1,666,666 1,666,667 1,666,667 333,333 333,333 333,334 500,000 500,000 500,000 333,333 CMRL ADM-8 2016

B LIC 3,333 16,667 C Thousand Lights 3,334 16,667 KD5 Achieve substantial completion of the following station rooms / areas (all stations) and provide access to all Interfacing Contractors Group 1 station rooms in the ancillary buildings on Street Level and on Platform Level to Degree 3 completion Platform screen door work zones to Degree 2 completion A Government Estate 3,333 16,666 B LIC 3,333 16,667 C Thousand Lights 3,334 16,667 KD6 Achieve substantial completion to level Degree 2 of all station Platform Level areas and provide access to all Interfacing Contractors including Platform screen door work zones to Degree 2 completion A Government Estate 50,000 200,000 B LIC 50,000 200,000 C Thousand Lights 50,000 200,000 KD7 Achieve substantial completion of the following station rooms and public Concourse Level areas (all stations) and provide access to AFC Contractor Groups 2a and 2b station rooms and areas on Concourse Level to Degree 3 completion A Government Estate 3,333 16,666 B LIC 3,333 16,667 C Thousand Lights 3,334 16,667 KD8 Achieve substantial completion of all E&M works to permit permanent power on to all stations and tunnels A Government Estate 50,000 200,000 B LIC 50,000 200,000 C Thousand Lights 50,000 200,000 KD9 Achieve issuance of Taking Over Certificate 70,000 350,000 Addendum 1 333,333 333,334 333,333 333,333 333,334 500,000 500,000 500,000 333,333 333,333 333,334 500,000 500,000 500,000 7,000,000 CMRL ADM-9 2016

Addendum 1 KD10 Achieve issuance of Performance Certificate 30,000 150,000 3,000,000 CMRL ADM-10 2016

Section III Evaluation and Qualification Criteria Initial Filter Revised EQC for stations refer B3 above. Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub- Factor Requirement Single Entity Joint Venture (existing or intended)- Not Applicable. All Parties Combined Each One Submission Requirements 2.1 Eligibility 2.1.1 Nationality Nationality in accordance with ITB 4.3. Must Meet Requirement Form ELI 1.1 and 1.2, with attachments 2.1.2 Conflict of Interest No conflicts of interests as described in ITB 4.2. Letter of Bid 2.1.3 JICA Ineligibility Not having been declared ineligible by JICA as described in ITB 4.4. Letter of Bid Form ACK CMRL EQC-R6 2016

Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub- Factor Requirement Single Entity Joint Venture (existing or intended)- Not Applicable All Parties Combined Each One (Lead ) Submission Requirements 2.2 Historical Contract Non-Performance 2.2.1 History of nonperforming Contracts Nonperformance of a Contract (i) did not occur as a result of Contractor s default since 1 st January 2013 (ii) (ii) Form CON 2.2.2 Pending Litigation All pending litigation shall in total not represent more than Fifty percent (50%) of the Bidder s net worth and shall be treated as resolved against the Bidder. (ii) (ii) Form CON 2.2.3 Litigation History No consistent history of court/arbitral award decisions against the (iii) Bidder since 1 st January 2006 4 (ii) (ii) Form CON CMRL EQC-R7 2016

Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub- Factor Requirement Single Entity Joint Venture (existing or intended)- Not Applicable All Parties Combined Each One (Lead ) Submission Requirements 2.2 Historical Contract Non-Performance Notes for the Bidder (i) Non-performance, as decided by the Employer, shall include all Contracts: (a) where non performance was not challenged by the Contractor, including through referral to the dispute resolution mechanism under the respective Contract, and (b) that were so challenged but fully settled against the Contractor. Non-performance shall not include Contracts where Employers decision was overruled by the dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation 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. (ii) This also applies to Contracts executed by the Bidder as a JV member. (iii) The Bidder shall provide accurate information on the related Bidding Form about any litigation or arbitration resulting from Contracts completed or ongoing under its execution over the last Five (5) years. A consistent history of awards against the Bidder or any member of a joint venture may result in rejection of the Bid. CMRL EQC-R8 2016

Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria Compliance Requirements Documentatio n No. Factor/ Sub-Factor Requirement Single Entity Joint Venture (existing or intended)- Not Applicable All Parties Combined Each One (Lead ) Submission Requirements 2.3 Financial Situation 2.3.1 Financial Performance The audited balance sheets or, if not required by the law of the Bidder s country, other financial statements acceptable to the Employer, for the last five years (including 2015) shall be submitted and must demonstrate the current soundness of the Bidder s financial position and its prospective long term profitability. As the minimum, a Bidder s net worth calculated as the difference between total assets and total liabilities should be positive since 2010. Form FIN 1 with attachments 2.3.2 Average Annual Turnover Minimum average annual turnover of INR 400 Crore/ Million 59.70 USD calculated as total certified payments received for Contracts in progress and/or completed, within the last Five years divided by Five years. 25 percentage of the 40 percentage of the Form FIN 2 2.3.3 Financial Resources (i) The Bidder shall demonstrate that it has access to, or has 25 percentage of the 40 percentage Form FIR- 1 CMRL EQC-R9 2016

Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria Compliance Requirements Documentatio n No. Factor/ Sub-Factor Requirement Single Entity Joint Venture (existing or intended)- Not Applicable All Parties Combined Each One (Lead ) Submission Requirements 2.3 Financial Situation available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the cash flow s estimated as INR 66 Crores for four months for the subject Contract(s) net of the Bidder s other commitments. (ii) The Bidder shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow s on works currently in progress and for future contract commitments. of the Form FIR 1 and Form FIR - 2 Note to Bidders: 1. For evaluation under Clause 2.3.3 (i): Bankers reference to be provided by the Bidder For evaluation under Clause 2.3.3 (ii): Auditor s Certificate has to be provided by the Bidder CMRL EQC-R10 2016

Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/ Sub-Factor Requirement Single Entity Joint Venture (existing or intended)- Not Applicable All Parties Combined Each One (Lead ) Submission Requirements 2.4 Experience 2.4.1 General Experience Experience under contracts in the role of prime contractor (single entity or JV member), for at least the last ten years starting 1 st January 2005. Must meet require ment Must meet requirem ent Form EXP-1 2.4.2 (a) 2.4.2 (b) Specific Experience Specific Experience A minimum number of two similar (i) contracts that have been completed as a prime contractor since 1 st January 2005 of which one contract must have been satisfactorily and substantially (ii) completed since 1 st January 2010 till the Bid submission deadline. For the above or other contracts satisfactorily and substantially (ii) completed and under implementation as prime contractor (single entity or JV member), between 1 st January 2010 and the Bid submission deadline, a minimum experience in the following key activities satisfactorily and substantially (ii) completed: i) at least two underground stations with the following features: -excavation depth to accommodate two or more levels (platform and s s (iv) s NA Must meet requirem ent Must meet minimu m 50% of requirem ent Form EXP - 2(a) Form EXP-2(b) CMRL EQC-R11 2016

Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/ Sub-Factor Requirement Single Entity Joint Venture (existing or intended)- Not Applicable All Parties Combined Each One (Lead ) Submission Requirements 2.4 Experience concourse) below the ground surface. Notes for the Bidder (i) The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VI, Employer s Requirements. Summation of number of small value Contracts (less than the value specified under ) to meet the overall will not be accepted. Single similar works mean the construction of Metro Rail underground station in an urban environment. (ii) Substantial completion shall be based on 80% or more works completed under the Contract. (iii) For contracts under which the Bidder participated as a JV member, only the Bidder s share, by value, shall be considered to meet this. (iv) In case of a JV, the value of Contracts completed by its members shall not be aggregated to determine whether the of the minimum value of a single Contract has been met. Instead, each Contract performed by each member shall satisfy the minimum value of a single Contract as required for single entity. In determining whether the JV meets the of total number of Contracts, only the number of Contracts completed by all members each of value equal or more than the minimum value required shall be aggregated. 2.5 Subcontractors/manufacturers Deleted. CMRL EQC-R12 2016

& BW-UG-02- Tunnels Section III Evaluation and Qualification Criteria Initial Filter EQC for award of multiple packages (i.e. BW-UG-02-Stations & BW-UG-02- Tunnels) - Refer B1 & B2 Eligibility and Qualification Criteria (for both the packages combined i.e. BW-UG- 02-Stations & BW-UG-02-Tunnels combined) Compliance Requirements Joint Venture (existing or intended) Documentation No. Factor/Sub- Factor Requirement Single Entity All Parties Each One Submission Requirements Combined 2.1 Eligibility 2.1.1 Nationality Nationality in accordance with ITB 4.3. Form ELI 1.1 and 1.2, with attachments 2.1.2 Conflict of Interest Noconflicts of interests as described in ITB 4.2. Letter of Bid 2.1.3 JICA Ineligibility Not having been declared ineligible by JICA as described in ITB 4.4. Letter of Bid Form ACK CMRL EQC-A6 2016

& BW-UG-02- Tunnels Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria (for both the combined packages i.e. BW-UG-02-Stations & BW-UG-02-Tunnels combined) Compliance Requirements Documentation No. Factor/Su b-factor Requirement Single Entity Joint Venture (existing or intended) All Parties Combined Each One (Lead ) Submission Requirements 2.2 Historical Contract Non-Performance 2.2. 1 History of nonperforming Contracts Nonperformance of a Contract (i) did not occur as a result of Contractor s default since 1 st January 2010 (ii) (ii) Form CON 2.2. 2 Pending Litigation All pending litigation shall in total not represent more than Fifty percent (50%) of the Bidder s net worth and shall be treated as resolved against the Bidder. (ii ) (ii ) Form CON CMRL EQC-A7 2016

& BW-UG-02- Tunnels Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria (for both the combined packages i.e. BW-UG-02-Stations & BW-UG-02-Tunnels combined) Compliance Requirements Documentation No. Factor/Su b-factor Requirement Single Entity Joint Venture (existing or intended) All Parties Combined Each One (Lead ) Submission Requirements 2.2 Historical Contract Non-Performance 2.2. 3 Litigation History No consistent history of court/arbitral award decisions against the (iii) Bidder since 1 st January 2005 4 (ii ) (ii ) Form CON Notes for the Bidder (i)non-performance, as decided by the Employer, shall include all Contracts: (a) where non performance was not challenged by the Contractor, including through referral to the dispute resolution mechanism under the respective Contract, and (b) that were so challenged but fully settled against the Contractor. Non-performance shall not include Contracts where Employers decision was overruled by the dispute resolution mechanism.non-performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation 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. (ii) This also applies to Contracts executed by the Bidder as a JV member. (iii) The Bidder shall provide accurate information on the related Bidding Form about any litigation or arbitration resulting from Contracts completed or ongoing under its execution over the last Ten (10) years. A consistent history of awards against the Bidder or any member of a joint venture may result in rejection of the Bid. CMRL EQC-A8 2016

& BW-UG-02- Tunnels Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria (for both the packages combined i.e. BW-UG-02-Stations & BW-UG-02- Tunnels combined)) Compliance Requirements Documentation No. Factor/ Sub-Factor Requirement Single Entity Joint Venture (existing or intended) All PartiesCombined Each One (Lead ) Submission Requirements 2.3 Financial Situation 2.3.1 Financial Performance The audited balance sheets or, if not required by the law of the Bidder s country, other financial statements acceptable to the Employer, for the last five years (including2015)shall be submitted and must demonstrate the current soundness of the Bidder s financial position and its prospective long term profitability. As the minimum, a Bidder s net worth calculated as the difference between total assets and total liabilities should be positive since 2012. Form FIN 1 with attachments 2.3.2 Average Annual Turnover Minimum average annual turnover of INR 1050 Crore/ 157 Million USD calculated as total certified payments received for Contracts in progress and/or completed, within the last Five years 25 percentage of the 40 percentage of the Form FIN 2 CMRL EQC-A9 2016

& BW-UG-02- Tunnels Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria (for both the packages combined i.e. BW-UG-02-Stations & BW-UG-02- Tunnels combined)) Compliance Requirements Documentation No. Factor/ Sub-Factor Requirement Single Entity Joint Venture (existing or intended) All PartiesCombined Each One (Lead ) Submission Requirements 2.3 Financial Situation divided by Five years. 2.3.3 Financial Resources Note to Bidders: (i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the cash flow s estimated as INR 176 Crores for four months 8 for the subject Contract(s) net of the Bidder s other commitments. (ii) The Bidder shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow s on works currently in progress and for future contract commitments. 25 percentage of the 40 percentage of the Form FIR- 1 Form FIR 1 and Form FIR - 2 CMRL EQC-A10 2016

& BW-UG-02- Tunnels Section III Evaluation and Qualification Criteria Initial Filter 1. For evaluation under Clause 2.3.3 (i): Bankers reference to be provided by the Bidder For evaluation under Clause 2.3.3 (ii): Auditor s Certificate has to be provided by the Bidder Eligibility and Qualification Criteria (for both the packages combined i.e. BW-UG-02- Stations & BW-UG-02-Tunnels combined)) Compliance Requirements Documentation No. Factor/ Sub-Factor Requirement Single Entity Joint Venture (existing or intended) All Parties Combined Each OneMem ber (Lead ) Submission Requirements 2.4 Experience 2.4.1 General Experience 2.4.2 (a) 2.4.2 (b) Specific Experience Specific Experience Experience under contracts in the role of prime contractor (single entity or JV member), for at least the lastten yearsstarting 1 st January 2005. A minimum number of four similar (i) contracts that have been completed as a prime contractor (single entity or JV member) (iii) since 1 st January 2005 of which two contracts must have been satisfactorily and substantially (ii) completed since 1 st January 2010 till 30 th September 2015. CMRL EQC-A11 2016 s (iv) Must meet require ment Must meet requirem ent Must meet requirem ent Form EXP-1 Form EXP - 2(a) For the above or other contracts completed and under implementation as prime contractor (single entity or JV member), between 1st January 2010 and 30th September 2015, a minimum experience in the following key activities successfully completed: i. Executed and completed at least one tunnel by Closed Face TBM of at least 2.5 km in total length (single tunnel length to be counted) of underground metro tunnel. ii. Execution and completion of at least two underground stations all with the following features: s s s s NA NA Must meet minimu m 50% of requirem ent Must meet minimum 50% of requireme nt Form EXP-2(b) Form EXP-2(b)

& BW-UG-02- Tunnels Section III Evaluation and Qualification Criteria Initial Filter Eligibility and Qualification Criteria (for both the packages combined i.e. BW-UG-02- Stations & BW-UG-02-Tunnels combined)) Compliance Requirements Documentation No. Factor/ Sub-Factor Requirement Single Entity Joint Venture (existing or intended) All Parties Combined Each OneMem ber (Lead ) Submission Requirements 2.4 Experience -excavation depth to accommodate two or more levels (platform and concourse) below the ground surface.; Notes for the Bidder (i) The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VI, Employer s Requirements. Summation of number of small value Contracts (less than the value specified under ) to meet the overall will not be accepted. Single similar works mean the construction of Metro Rail tunnel and/or underground station in an urban environment. (ii) Substantial completion shall be based on 80% or more works completed under the Contract. (iii) For contracts under which the Bidder participated as a JV member, only the Bidder s share, by value, shall be considered to meet this. (iv) In case of a JV, the value of Contracts completed by its members shall not be aggregated to determine whether the of the minimum value of a single Contract has been met. Instead, each Contract performed by each member shall satisfy the minimum value of a single Contract as required for single entity. In determining whether the JV meets the of total number of Contracts, only the number of Contracts completed by all members each of value equal or more than the minimum value required shall be aggregated. Contents to be certified by client/ Employer: 1. Project name 2. Name and address of client/ employer. 3. Brief description of works- No. of underground stations, length of metro rail tunnel, tunnel dia., methodology adopted for tunneling, local groundwater condition etc. 4. Contract agreement number and date. 5. Type of contract. 6. Name of the contractor (single entity or JV) 7. Starting date and Contract duration 8. Original date of completion In case of JV: 9. Percentage participation of JV 10. Apportionment of works between JV partners. Status up to 30 th September 2015 11. Value of project at award. CMRL EQC-A12 2016

& BW-UG-02- Tunnels Section III Evaluation and Qualification Criteria Initial Filter 12. Percentage of works completed a) Each Underground stations b) Metro rail Tunnels c) Tunnel Dia. And methodology adopted for tunneling. 13. Value of work certified till date. CMRL EQC-A13 2016

Performance Security Option 1: (Demand Guarantee) [Insert Guarantor letterhead or SWIFT identifier code] Beneficiary: [Insert name and Address of the Employer] Date: [Insert date of issue] PERFORMANCE GUARANTEE No.: [Insert guarantee reference number] Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead] We have been informed that [insert name of Contractor, which in the case of a joint venture shall be the name of the joint venture] (hereinafter called "the Applicant") has entered into Contract No. [insert reference number of the contract] dated [insert date] with the Beneficiary, for the execution of [insert name of the contract and brief description of the Works] (hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required. At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures] ([insert amount in words]), 1 such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of the Beneficiary s complying demand supported by the Beneficiary s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating that the Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing to prove or to show grounds for its demand or the sum specified therein. 1 The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount specified in the Letter of Acceptance, less provisional sums, if any, and denominated either in the currency(cies) of the Contract or a freely convertible currency acceptable to the Beneficiary.

This guarantee shall expire, no later than the [insert the day] day of [insert month], [insert year] 2, and any demand for payment under it must be received by us at this office indicated above on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded. [signature(s)] [Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.] 2 Insert the date twenty-eight days after the expected completion date as described in GC Clause 11.9. The Employer should note that in the event of an extension of this date for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee.

Retention Money Security Demand Guarantee [Insert Guarantor letterhead or SWIFT identifier code] Beneficiary: [Insert name and Address of Employer] Date: [Insert date of issue] RETENTION MONEY GUARANTEE No.: [Insert guarantee reference number] Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead] We have been informed that [insert name of Contractor, which in the case of a joint venture shall be the name of the joint venture] (hereinafter called "the Applicant") has entered into Contract No. [insert reference number of the contract] dated [insert date] with the Beneficiary, for the execution of [insert name of contract and brief description of Works] (hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, the Beneficiary retains moneys up to the limit set forth in the Contract ( the Retention Money ), and that when the Taking-Over Certificate has been issued under the Contract and the first half of the Retention Money has been certified for payment, payment of [insert the second half of the Retention Money or if the amount guaranteed under the Performance Guarantee when the Taking-Over Certificate is issued is less than half of the Retention Money, the difference between half of the Retention Money and the amount guaranteed under the Performance Security] is to be made against a Retention Money guarantee. At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures] ([insert amount in words]) 1 upon receipt by us of the Beneficiary s complying demand 1 The Guarantor shall insert an amount representing the amount of the second half of the Retention Money or if the amount guaranteed under the Performance Guarantee when the Taking-Over Certificate is issued is less than half of the Retention Money, the difference between half of the Retention Money and the amount guaranteed under the Performance Security and denominated either in the currency(ies) of the second half of the Retention Money as specified in the Contract, or in a freely convertible currency acceptable to the Beneficiary.

supported by the Beneficiary s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating that the Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing to prove or show grounds for its demand or the sum specified therein. This guarantee shall expire no later than the [insert day] day of [insert month], [insert year] 2, and any demand for payment under it must be received by us at the office indicated above on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded. [signature(s)] [Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.] 2 Insert the same expiry date as set forth in the Performance Security, representing the date twenty-eight days after the completion date described in GC Clause 11.9. The Employer should note that in the event of an extension of this date for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee.